45
RFP0473817PWR REQUEST FOR PROPOSALS Solicitation No: 17-0010 For the Provision of a Master Contract for: TESTING, INSPECTION AND REPAIR SERVICES FOR FIRE SPRINKLER AND KITCHEN HOOD SYSTEMS RFP Closing (Due Date & Time): April 27, 2017 at 2:00 PM Pacific Time Issued by: Beaverton School District 48J 16550 SW Merlo Road Beaverton, Oregon 97003 3/8/2017

For the Provision of a Master Contract for: TESTING ... · RFP0473817PWR REQUEST FOR PROPOSALS Solicitation No: 17-0010 For the Provision of a Master Contract for: TESTING, INSPECTION

  • Upload
    lyminh

  • View
    218

  • Download
    1

Embed Size (px)

Citation preview

RFP0473817PWR

REQUEST FOR PROPOSALS

Solicitation No: 17-0010

For the Provision of a Master Contract for:

TESTING, INSPECTION AND REPAIR SERVICES FOR FIRE SPRINKLER AND KITCHEN HOOD SYSTEMS

RFP Closing (Due Date & Time):

April 27, 2017 at 2:00 PM Pacific Time

Issued by:

Beaverton School District 48J

16550 SW Merlo Road

Beaverton, Oregon 97003

3/8/2017

Beaverton School District Purchasing Department

16550 SW Merlo Road, Beaverton, OR 97003 Phone: (503) 356-4379 FAX: (503) 356-4536

_________________________________________________________________________________________

1 RFP0473817PWR

REQUEST FOR PROPOSAL Solicitation No: RFP 17-0010

Summary

The purpose of this Request for Proposals (Solicitation) is to obtain competitive Proposals from qualified Proposers interested in the provision of a Master Contract- Testing, Inspection and Repair Services for Fire Sprinkler and Kitchen Hood Systems for the Beaverton School District. A Non-Mandatory Pre-Proposal Conference will be held on March 14, 2017 at 2:00 PM at Beaverton School District Administration Center Facilities Development Main Portable, 16550 SW Merlo Road, Beaverton, Oregon 97003. Interested Proposers must submit a Proposal pursuant to the provisions of this Solicitation to Linda Niman, Senior Purchasing Agent, or designee, at the District Administration Center Facilities Development Main Portable located at 16550 SW Merlo Road, Beaverton, Oregon 97003 NOT LATER THAN:

SOLICITATION DUE DATE AND TIME (CLOSING): April 27, 2017 at 2:00 PM Pacific Time

No public opening will occur. Proposals will be opened and recorded. The number of Proposals received, the identity of Proposers, or the contents of any proposal will not be disclosed to the public until all proposals have been evaluated, negotiations completed if required, and a recommendation for Award has been published.

Proposers are solely responsible for ensuring that the Beaverton School District receives its Proposal. LATE PROPOSALS WILL NOT BE ACCEPTED.

Prospective Proposers must register with ORPIN – http://orpin.oregon.gov/ to obtain the solicitation documents. All questions and comments regarding this solicitation must be directed ONLY IN WRITING to Linda Niman, Senior Purchasing Agent by email to: [email protected]

PROPOSALS MUST BE PURSUANT TO THE PROVISIONS OF THIS SOLICITATION.

THE DISTRICT MAY REJECT ANY PROPOSAL NOT IN COMPLIANCE WITH ALL PRESCRIBED REQUIREMENTS.

SECTION I – INTRODUCTION Solicitation No: RFP 17-0010

2 RFP0473817PWR

1. INTRODUCTION: This Solicitation is issued pursuant to ORS 279A, ORS 279B and the Oregon Attorney General Model Rules Divisions 46 and 47.

2. DEFINITIONS: The term "District" or “Owner” throughout this document means the Beaverton School District (BSD). The term “Proposer” means the person or firm that submits a Proposal in response to this Solicitation. The term “Proposal” or “Offer” means a written response to provide Goods or Services in response to this Solicitation. “Closing” means the date and time specified in the Solicitation as the deadline for submitting Proposals. “Contractor” or “Supplier” means the firm awarded a Contract as a result of this Solicitation.

3. SOLICITATION REVIEW: Proposers must carefully review the Solicitation documents and are responsible for knowing and understanding all terms and conditions. Unless defects, ambiguities, omissions, or errors are brought to the District's attention by protest pursuant to QUESTIONS/CLARIFICATIONS/CHANGES AND SOLICITATION PROTEST in Section III, protests or appeals based on such defects, ambiguities, omissions or errors received after issuance of the Notice of Intent to Award (NOI) may not be favorably considered.

4. BACKGROUND:

a. The Beaverton School District encompasses approximately 57 square miles in northwestern Oregon in Washington County. The District, located in the Portland, Oregon metro area, is the third largest School District in Oregon.

b. The Beaverton School District has approximately 4,550 employees. The District is responsible for educating approximately 40,570 students in kindergarten through grade 12 at thirty-three (33) Elementary Schools, eight (8) Middle Schools, five (5) High Schools, five (5) Options Schools, and nineteen (19) Options Programs. Over the next five (5) years the District will add one (1) High School, one (1) Middle School, and one (1) Elementary School.

c. Potential work is to be performed on an as needed basis, or as otherwise directed, at these sites and any future properties or interests of the District.

5. SCOPE OF WORK:

The District is seeking to establish Master Contracts(s) with one or more qualified Contractor(s) for the provision of Testing, Inspection and Repair Services, as required by NFPA72 and NFPA25, for Fire Sprinkler Systems, Kitchen Hood Systems (with and without extinguishers) and District-Owned Fire Hydrants (The System).

6. CONTRACT:

The successful Proposer, selected by the District, will receive a Master Contract. Individual Project Work Authorizations (PWAs) will be issued by the District as needed. A sample is enclosed herein (See Attachments). a. Bidders are advised to thoroughly review and familiarize themselves with the standard contract. Certain

contract terms reflect state statute and may not be altered.

b. The Contractor will be expected to promptly sign a contract including all standard terms and conditions

contained in the sample contract. The District will execute the Contract only after it has obtained all

applicable required documents and approvals.

c. Personnel substitution – if the contractor must substitute personnel included in the original bid they

must obtain written District approval of substituted personnel, prior to substitution.

SECTION I – INTRODUCTION Solicitation No: RFP 17-0010

3 RFP0473817PWR

7. AMENDMENTS: The District may amend a Contract without additional competition pursuant to OAR 137-047-0800.

8. CONTRACT PERIOD/EXTENSION:

a. Selected Proposer will be issued a Contract effective upon full execution, through Contract End Date. b. Should the District elect to extend the Contract for an additional one (1) year term, the District will send

correspondence to the Contractor on or about two (2) months prior to Contract End Date for each consecutive contract period.

c. The District may elect to extend the Contract for a total of five (5) one (1) year terms. In no event will the contract be extended beyond the 5th year.

d. The Supplier's Pricing and Rates must remain firm through the Contract End Date. 9. CONTRACT ADMINISTRATOR: For Master Contracts only

The Contract Administrator for this Master Contract will be the Purchasing Manager, or designee. 10. DISTRICT REPRESENTATIVE:

A District Representative will be designated for each individual PWA.

11. SOLICITATION SCHEDULE: The milestones for the selection process are set forth below. The dates are specific and will be followed to the extent reasonably possible. The purpose of this schedule is for Proposer information only. The District reserves the right to deviate from this schedule.

Solicitation Milestone Completion Date

Pre-Proposal Conference March 16, 2017 Deadline for Questions April 17, 2017 Submit Proposals April 27, 2017 at 2:00 PM

12. CONTACT DURING SOLICITATION: Questions must be submitted in writing via email to [email protected] as indicated on the Summary page of this Solicitation. No other contact regarding this solicitation during the solicitation process is permitted. Unauthorized contact regarding this solicitation may subject the offender’s Bid to rejection.

SECTION II – STATEMENT OF WORK Solicitation No: RFP 17-0010

4 RFP0473817PWR

1. PURPOSE AND INTRODUCTION: The District is required to perform annual inspections and testing of The System, with semi-annual Kitchen Hood inspection and testing. Repairs and additional inspections will be required on an as needed basis. This solicitation will establish Master Contract(s) with one or more Contractors to perform this work on a requirements basis. It is the District’s intent to award one or more Master Contracts for this work. 2. GENERAL REQUIREMENTS: a. As part of the Work, the Contractor shall furnish and assume full responsibility for everything required for

the orderly progress and proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated into the Work including, but not limited to, materials, equipment, labor, transportation, construction equipment and machinery, tools, and other facilities and incidentals.

b. Contractor shall not have any public or private interest and shall not acquire directly or indirectly any such interest which conflicts in any manner with the performance of its services under this Contract.

c. Contractor shall employ only persons duly licensed by the State of Oregon to perform the Work required under this Contract for which applicable Oregon Law requires a license.

d. The District provides no Guarantee of work. Award of contract does not prevent the District from obtaining the services of another Contractor for any other project if the District so desires and/or is in the public interest to do so.

3. DESCRIPTION OF SERVICES: a. Inspect operations and conditions related to the System. b. Inspect and determine if the System is in service and in satisfactory condition. c. Inspect for adequate clearance and condition of sprinkler heads to allow for proper distribution and

activation. d. Inspect sprinkler control valves for proper position, general condition, accessibility, and signage. e. Inspect and perform required water flow tests for each system from main drain and inspector’s test valve,

weather permitting. f. Inspect fire department connection couplings, caps, threads, clappers, check valves and drains. g. Inspect and test fire sprinkler system alarm components for satisfactory condition. h. Inspect reserve sprinkler head supply. i. Inspect the general condition of visible fire sprinkler system piping, hangers, drain valves, check valves,

gauges, and related equipment. j. Inspect and test operation of air compressors for proper activation and cutoff, if applicable. k. Inspect (when applicable) the deluge or pre-action valve according to manufacturer’s specifications

including interior checks of the valve body, clap, clapper facings, latching mechanism. l. Trip test dry systems/ test antifreeze in loops. m. Clean pilot line and solenoid strainers thoroughly, where applicable. n. Disassemble, inspect, and clean interior condition of the solenoid release, where applicable. o. Test all low air pressure alarms, supervisory circuits, and auxiliary functions for proper operation. p. Inquire as to changes in building status that may affect the performance or reliability of the fire sprinkler

system. q. Inquire as to changes or modifications of the fire sprinkler system. r. Inquire as to general storage and stock arrangements in relation to fire sprinkler system protection. s. In the event of a malfunction, the Contractor must have direct access to new manufactured replacement

parts and be able to install, program and warranty said parts for a minimum of 90 days. In the event of the need to provide a proprietary OEM initiating device, equipment or part the contractor shall report/ document such to the District at which time the District will arrange for repair or replacement, as required.

SECTION I – INTRODUCTION Solicitation No: RFP 17-0010

5 RFP0473817PWR

t. Contractor must have technician on-call 24 hours per day, and be capable of providing service during evenings, weekends and holidays. Normal hours for the services required for this contract 7 am to 3:30 pm (Monday through Friday).

u. Compile a complete report of inspection, explain any deficiencies, and recommend corrective action to be taken according to recognized care and maintenance standards. Documentation must include exact locations of all individual devices with test results, all applicable control panel voltages, and test results of all applicable auxiliary functions and names of technicians performing service.

4. PROJECT PROCEDURES: During the Master Contract period, there will be an annual inspection and testing of The System, with semi-annual Kitchen Hood inspection and testing. All other work will be on an as needed basis. a. Quote. Contractor shall be required to prepare and submit a written quotation for each project (see

Attachments for the Project Pricing Schedule and Sample Quote Form) i. The District Representative will provide a project scope of work to the Contractor.

ii. The Contractor shall apply the Pricing proposed herein to complete the quote price schedule (see Sample provided in Attachments).

iii. Specific project quotes must remain firm for thirty (30) days from acceptance by the District. b. Notice to Proceed. The District will provide the selected Contractor a notice to proceed in the following

form: i. The Contractor will be issued a Project Work Authorization (PWA) (see Attachments for Sample)

ii. The PWA may be emailed, faxed, or mailed. c. Scheduling of Work. Contractor shall cooperate with School Officials in performing work so that

interference with normal programs will be held to a minimum. i. Summer work will be scheduled from the beginning of the first week of July to the end of the third week

of August. Spring Kitchen Hood inspections should take place during the yearly Spring Break period. ii. Normal summer work schedule is 7:00 AM to 3:30 PM. Any work done outside of that time will need to

be prearranged one week in advance. iii. Normal work schedule when school is in session is between 3:30 PM and 11:00 PM. All work done

during school hours will have to be prearranged in advance.

5. EMERGENCY PROJECTS: Where emergency response is required: a. The maximum response time shall not exceed two hours from time of initial notification. b. The Contractor shall receive a authorization to proceed from the District. c. The Contractor shall submit a cost estimate, based on the unit pricing contained in the contract within two

(2) business days of initial notification.

6. TIMING/RATES: No premium shall be paid for work performed after regular business hours (7:00 AM - 4:00 PM). Except for work pursuant to ‘hours of labor- ORS 279C.520’. The Contractor is expected to adjust workers schedules to accomplish the work around a particular site’s schedule so that no premium time will be charged. For example, the Contractor will schedule workers to begin work on a project at a school when no students are present – starting at 3:30 PM and stopping work for the day at 11:00 PM.

7. TRAVEL TIME & MILEAGE:

All labor shall be billed from the time Contractor’s employee arrives at; to the time he departs from; the job site. The District shall not accept nor authorize payment for travel time or mileage expenses of service personnel to any of the District’s sites. The only billable time shall be for service work performed.

SECTION I – INTRODUCTION Solicitation No: RFP 17-0010

6 RFP0473817PWR

8. PROJECT SCHEDULE: The contract milestones are set forth below. The dates are approximate but will be followed to the extent reasonably possible. The purpose of this schedule is for information only.

9. ADDITIONAL REQUIREMENTS:

a. Background Checks. All personnel on-site will be required to be badged and must be subject to a background check per District Standards. See sample Contract attached to this Solicitation.

b. BUSINESS EQUITY. The Proposer understands that the District maintains a goal of engaging minority, women, emerging, service-disabled veteran and socially or economically disadvantaged businesses (MWSDVE) as service providers in delivering services necessary to implement our bond program. The District aspires to a goal of ten (10) percent MWSDVE content, by contract value, in completing our capital bond work, and the Contractor must expend reasonable efforts to reach this content in the total value of their contracts with the District.

SECTION III – INSTRUCTIONS TO PROPOSERS Solicitation No: RFP 17-0010

7 RFP0473817PWR

1. FORMAL SELECTION PROCEDURE: Pursuant to OAR 137-047-0260

The District may procure Goods or Services by competitive sealed Proposals as set forth in ORS 279B.060. 2. PRE-PROPOSAL CONFERENCE: Pursuant to OAR 137-047-0420

a. Purpose. The District may hold pre-Proposal conferences with prospective Proposers prior to Closing, to explain the procurement requirements, obtain information, and/or to conduct site inspections.

b. Required Attendance. If the District’s pre-Proposal conference is mandatory (as indicated on the Summary Page) a Proposal submitted by a Proposer who did not attend the mandatory pre-Proposal conference will be rejected.

c. Statements Not Binding. Statements made by the District's representative at the pre-Proposal conference do not change the Solicitation Document unless the District confirms such statements with a Written Addendum.

3. PROPOSALS ARE OFFERS: Pursuant to OAR 137-047-0310

A Proposal submitted in response to this Solicitation is the Proposer’s offer to enter into a Contract. a. By signing and submitting a Proposal, the Proposer acknowledges it has read, understands and agrees to

be bound by the terms and conditions contained in this Solicitation. b. The Proposal is a "firm offer," and must be held open by the Proposer for the District's acceptance for

sixty (60) days. c. The District's Award of a Contract constitutes acceptance of the Proposal and binds the Proposer to the

Contract. d. The Proposer must not make its Proposal contingent upon the District's acceptance of any terms or

conditions (including Specifications) other than those contained in this Solicitation.

4. PROPOSAL PREPARATION: Pursuant to OAR 137-047-0400 A Proposer must sign and submit its Proposal in accordance with the instructions set forth in this Solicitation. Failure to submit Proposals in accordance with the provisions of this Solicitation will be grounds to declare the Proposal as non-Responsive. Proposers must: a. Submit a complete Proposal (a Proposal that meets all requirements of this Solicitation); b. Provide the District with all required and requested documents and descriptive literature; c. Initial any corrections or erasures to their Proposal prior to Closing; d. Identify (on the Proposer Certification) whether the Proposer is/is not a "resident Proposer”, as defined

in ORS 279A.120(1); e. Provide (on the Proposer Certification) certification of nondiscrimination in obtaining any required

subcontractors in accordance with ORS 279A.110(4); and f. Provide (on the Proposer Certification) Written acknowledgment of receipt of all Addenda.

5. PROPOSAL SUBMISSION: Pursuant to OAR 137-047-0410

a. To ensure proper identification and handling, Proposals must be submitted in a sealed envelope appropriately marked with the Proposer’s name and address and the Solicitation number clearly legible in large block numbers. Proposals must only be mailed or hand delivered to the person and location indicated on the Summary page of this Solicitation. Facsimile and electronic Proposals will not be accepted.

b. The District is not responsible for Proposals submitted in any manner, format or to any delivery point other than as required in this Solicitation.

c. Proposers are solely responsible for ensuring that the District receives their Proposal at the required delivery point prior to Closing.

SECTION III – INSTRUCTIONS TO PROPOSERS Solicitation No: RFP 17-0010

8 RFP0473817PWR

6. COOPERATIVE PROCUREMENT: Pursuant to OAR 137-046-0430 This Solicitation is a Permissive Cooperative Procurement. a. Authorized Agencies may utilize a Permissive Cooperative Contract pursuant to ORS 279A.215.

Generally: i. Authorized Agencies may establish a Contract with the Supplier to purchase the Goods and Services

awarded by this Solicitation; ii. Authorized Agencies may not Materially Change or alter the terms, conditions, or prices from the

Original Contract between the Supplier and the District. b. Proposers must state (on the Proposer Certification) that it will/will not extend the terms, conditions

and prices to any Participating Agency that desires to establish a Contract awarded to the Supplier resulting from this Solicitation. Volumes of other agencies are not included in this Solicitation.

7. ADDENDA: Pursuant to OAR 137-047-0430

a. Issuance; Receipt. The District may change this Solicitation only by Written Addenda. A Proposer must provide written acknowledgement of receipt of all issued Addenda in the space provided on the Proposer Certification.

b. Notice and Distribution. The District will publish notice of any and all Addenda on the ORPIN (Oregon Procurement Information Network) website. Addenda may be downloaded from the ORPIN website. It is the Proposers’ responsibility to inquire about Addenda. Proposers should frequently check the ORPIN website until the Solicitation Closing (due date and time) about any Addenda issued, i.e., at least once weekly until the week of Closing and at least once daily the week of the Closing.

c. Timelines; Extensions. The District will issue Addenda within a reasonable time to allow prospective Proposers to consider the Addenda in preparing their Proposal. The District may extend the Closing if the District determines prospective Proposers need additional time to review and respond to Addenda. Except to the extent required by public interest, the District will not issue Addenda less than 72 hours before the Closing unless the Addendum also extends the Closing.

d. Request for Change or Protest. Unless a different deadline is set forth in the Addendum, a Proposer may submit a Written request for change or protest to the Addendum, as provided in OAR 137-047-0730, by the close of the District's next business day after issuance of the Addendum, or up to the last day allowed to submit a request for change or protest under OAR 137-047-0730, whichever date is later. If the date established in the previous sentence falls after the deadline for receiving protests to the Solicitation Document in accordance with OAR 137-047-0730, then the District may consider a Proposer’s request for change or protest to the Addendum only, and the District will not consider a request for change or protest to matters not added or modified by the Addendum.

8. QUESTIONS/CLARIFICATIONS/CHANGES AND SOLICITATION PROTEST:

Proposers may request changes or clarifications to, or protest, any provision, specification or Contract term contained in this Solicitation:: a. Questions, Clarifications, Changes. All questions regarding this Solicitation must reference the

Solicitation number and must be submitted in writing via e-mail to the attention of the person indicated on the Summary page of this Solicitation. No oral questions will be accepted other than at the pre-Proposal conference (if any). Questions received by the District prior to deadline will be answered in written addenda.

b. Protest. Pursuant to OAR 137-047-0730, a prospective Proposer may protest the Procurement Process or the Solicitation Document for a Contract solicited under ORS 279B.060 as set forth in ORS 279B.405. Written protests must include: i. A detailed statement of the legal and factual grounds for the change, clarification, or protest; ii. A description of the resulting prejudice to the Proposer; and

SECTION III – INSTRUCTIONS TO PROPOSERS Solicitation No: RFP 17-0010

9 RFP0473817PWR

iii. A statement of the form of relief requested or any proposed changes to the Solicitation provisions, specifications, or contract terms and conditions.

Written protests must be clearly marked with the Solicitation number and submitted in writing to the Purchasing Manager by email to [email protected] , hand delivered or mailed to the attention of Purchasing at 16550 SW Merlo Rd, Beaverton, OR 97003.

c. Deadline. Questions, changes, clarifications, or protests must be received by the District by noon Pacific Time not later than ten (10) calendar days prior to the date Proposals are due, or as stated in Section I SOLICITATION SCHEDULE. The District will not consider any protest or request for change that is submitted after the submission deadline.

d. Response. Responses to questions/clarifications and notice of the District’s protest determination will be provided in written addenda pursuant to ADDENDA above. The District’s response to a Proposer, whether orally or in Writing, does not change the Solicitation and is not binding on the District unless the District amends the Solicitation by written Addendum.

e. Protesters must exhaust all administrative remedies before seeking judicial review.

9. PRE-CLOSING MODIFICATION OR WITHDRAWAL OF PROPOSALS: Pursuant to OAR 137-47-0440 A Proposer may modify or withdraw its Proposal in Writing only prior to Closing. Modification or withdrawal must: a. Be clearly marked “Proposal Modification” or “Proposal Withdrawal” and marked and delivered as

described in PROPOSAL SUBMISSION above; b. Include the Proposer's statement that the modification amends and supersedes the prior Proposal; Proposers are responsible for ensuring that the District receives its modification or withdrawal. Modifications and/or withdrawals must be prepared and submitted on the Proposer's letterhead, signed by an authorized representative of the Proposer.

10. RECEIPT, OPENING, AND RECORDING OF PROPOSALS: Pursuant to OAR 137-47-0450 a. The District will electronically or mechanically time-stamp or hand-mark each Proposal and any

modification upon receipt. The District’s official Proposal time clock is the time stamp clock located in the reception area of the District Administration Center facilities main portable at 16550 SW Merlo Road, Beaverton, Oregon 97003. In the event a Proposal is too large to be time stamped, a separate piece of paper will be time stamped and attached to the Proposal, or the envelope will be marked by hand with the date and time received.

b. The District will not be responsible for the premature opening or failure to open a Proposal that is not properly addressed and/or identified.

c. Proposals will be opened and recorded. The number of Proposals received, the identity of Proposers, or the contents of any Proposal will not be disclosed to the public until all Proposals have been evaluated, negotiations completed if required, and a recommendation for Award has been published.

11. LATE PROPOSALS, LATE WITHDRAWALS, AND LATE MODIFICATIONS: Pursuant to OAR 137-47-0460

Any Proposal received after Closing is late. A Proposer’s request for withdrawal or modification of a Proposal received after Closing is late. The District will not consider late Proposals, withdrawals or modifications except as permitted in MISTAKES below. The District reserves the right to consider Proposals that have been delayed or mishandled by the District.

12. MISTAKES: Pursuant to OAR 137-47-0470 To protect the integrity of the competitive Procurement process and to assure fair treatment of Proposers, the District will carefully consider whether to permit waiver, correction or withdrawal of Proposals for certain mistakes. The District will not allow a Proposer to correct or withdraw a Proposal for an error in

SECTION III – INSTRUCTIONS TO PROPOSERS Solicitation No: RFP 17-0010

10 RFP0473817PWR

judgment. If mistakes in a Proposal are discovered after Opening, but before Award of the Contract, the District may take the following action: a. The District may waive, or permit a Proposer to correct, a minor informality. A minor informality is a

matter of form rather than of substance that is evident on the face of the Proposal, or an insignificant mistake that can be waived or corrected without prejudice to other Proposers.

b. The District may correct a clerical error if the error is evident on the face of the Proposal, or other documents submitted with the Proposal, and the Proposer confirms the District's correction in writing.

c. The District may permit a Proposer to withdraw a Proposal based on one or more clerical errors in the Proposal only in accordance with OAR 137-47-0470(2)(c) and (d).

d. The District will reject any Proposal in which a mistake is evident on the face of the Proposal and the intended correct Proposal is not evident or cannot be substantiated from documents accompanying the Proposal.

13. AWARD: Pursuant to OAR 137-47-0600

a. Award in part or in whole is contingent upon available funding. In the event adequate funds are not appropriated and allocated by the School Board, the District reserves the right to cancel any Solicitation at no penalty.

b. If awarded, the District will award a Master Trade Services Contract to the Responsible Proposer(s) that submitted the most advantageous responsive Proposal(s), and that meets the minimum requirements of this Solicitation.

c. The District may award by item, groups of items or the entire Proposal. d. The District may Award multiple Contracts if beneficial to the District for adequate availability, delivery,

service, competition, pricing, product capabilities, or other factors deemed significant by the District. This notice of Multiple Awards does not preclude the District from awarding a single Contract.

e. The District may award a Contract for parts of the Solicitation for which acceptable Proposals have been received.

f. The District may award all or none Offers if the evaluation shows an all or none Award to be the most Advantageous or in the best interest of the District.

g. The District may reject all or part of Proposals and may issue a new Solicitation on the same or revised terms, conditions and Specifications.

h. When Proposals are identical the District must Award the contract Pursuant to OAR 137-046-0300.

14. NOTICE OF INTENT TO AWARD: Pursuant to OAR 137-047-0610 The District will provide a written Notice of Intent to Award (NOI) to all Proposers at least seven (7) calendar days before the Award of a Contract, unless the District determines that circumstances require prompt execution of the Contract. The District's Award will not be final until the later of the following: a. SEVEN (7) calendar days after the date of the NOI, or b. Until the District provides written response(s) to all timely filed protest(s) denying the protest(s) and

affirming the Award.

15. PROPOSAL REJECTION. Pursuant to OAR 137-047-0640 and OAR 137-047-0650 a. The District may reject any Proposal as set forth in ORS 279B.100:

i. When the rejection is in the best interest of the District. ii. When the Proposal is contingent upon the District's acceptance of terms and conditions (including

Specifications) that differ from the Solicitation. iii. When the Proposal takes exception to terms and conditions (including Specifications) set forth in

the Solicitation. iv. That attempts to prevent public disclosure of matters in contravention of the terms and conditions

of the Solicitation or applicable law.

SECTION III – INSTRUCTIONS TO PROPOSERS Solicitation No: RFP 17-0010

11 RFP0473817PWR

v. That fails to meet the Specifications of the Solicitation. vi. That is submitted late.

vii. Not in substantial compliance with the Solicitation or with all prescribed public procurement procedures.

viii. Not in compliance with ORS 279B.120, 279B.130, OAR 137-046-0210(3), 279A.105, ORS 279A.110(4). ix. When the Proposer is not Responsible pursuant to ORS 279B.110.

b. The District may reject all Proposals as set forth in ORS 279B.100. The District will notify all Proposers of the rejection, along with the reasons for rejection. Proposals may be rejected based upon the following criteria: i. The content of or an error in the Solicitation or the Procurement Process unnecessarily restricted

competition for the Contract. ii. The price, quality or performance presented by the Proposers are too costly or of insufficient quality

to justify acceptance of any Proposal. iii. Misconduct, error, or ambiguous or misleading provisions in the Solicitation threaten the fairness

and integrity of the competitive process. iv. Causes other than legitimate market forces threaten the integrity of the competitive process, such

as collusion, corruption, unlawful anti-competitive conduct, and/or inadvertent or intentional errors in the Solicitation.

v. The District cancels the Solicitation in accordance with OAR 137-047-0660. vi. Any other circumstance indicating that awarding the Contract would not be in the public interest.

16. SOLICITATION CANCELLATION: Pursuant to OAR 137-047-0660

The District may cancel, delay or suspend a solicitation, or reject all Proposals, in accordance with ORS 279B.100 when it is in the best interest of the District as determined by the District. In the event of any such cancellation, delay, suspension or rejection, the District is not liable to any Proposer for any loss or expense caused by or resulting from any such cancellation, delay, suspension or rejection.

17. PROPOSAL COSTS: Proposers responding to solicitations are responsible for all costs they may incur in connection with submitting Proposals.

18. CONTRACT AWARD PROTEST: Pursuant to OAR 137-047-0740 a. Proposers may protest the Award of a Contract, or the intent to Award a Contract if the conditions set

forth in ORS 279B.410(1) are satisfied. Proposers must deliver a written protest to the District within seven (7) Days after the issuance of the NOI.

b. The Proposer’s protest must be in writing and must specify the grounds for the protest to be considered by the District pursuant to ORS 279B.410(2). A protest must be submitted to the Purchasing Manager and may be e-mailed to [email protected] , or hand delivered or mailed to 16550 SW Merlo Rd, Beaverton, OR 97003. The Proposer is responsible for ensuring the District receives the protest.

c. The District will not consider any protest that is submitted after the submission deadline. d. Resolution of Protests. The District’s Purchasing Manager will settle or resolve a written protest

submitted in accordance with the requirements of this Rule and will issue a written decision on the protest in a timely manner as set forth in ORS 279B.410(4).

e. Decision. If a protest is not settled, the Superintendent, or designee, has the authority to resolve the protest.

f. Proposers must exhaust all administrative remedies before seeking judicial review. Judicial review of this decision will be in accordance with ORS 279B.415.

SECTION III – INSTRUCTIONS TO PROPOSERS Solicitation No: RFP 17-0010

12 RFP0473817PWR

g. If the District upholds the protest, in whole or in part, the District may in its sole discretion either Award the Contract to the successful Protestor or cancel the Procurement or Solicitation.

19. ADDITIONAL REQUIREMENTS:

a. The District reserves the right to seek clarifications of submitted Proposals, which may or may not affect the evaluation scoring.

b. The District reserves the right to negotiate a final Contract that is in the best interest of the District. c. Failure of the District to insist on strict performance will not constitute a waiver of any of the provisions

of this Solicitation or resulting Contract or waiver of any other default of the Proposer.

20. CONFIDENTIALITY OF PROPOSALS: The District is subject to the Oregon Public Records Law (ORS 192.410 to 192.505), which requires the District to disclose all records generated or received in the transaction of District business, except as expressly exempted in ORS 192.501, 192.502, or other applicable law. The District may withhold from disclosure confidential information pursuant to ORS 192.501 or 192.502. a. The District will not disclose records submitted by a Proposer that are exempt from disclosure under the

Public Records Law, subject to the following procedures and limitations. i. All pages containing the records exempt from disclosure must be marked “confidential” and

segregated in the following manner: A. It must be clearly marked in bold and on each page of the confidential document. B. It must be kept separate from the other Proposal documents in a separate envelope or package

and electronic folder. C. Where this specification conflicts with other formatting and response instruction specifications,

this specification will prevail. D. Where such conflict (in C. above) occurs, the Proposer is instructed to respond with the

following: “Refer to confidential information enclosed.” This statement “Refer to confidential information enclosed.” must be inserted in the place where the requested information was to have been placed.

b. Proposers who desire that additional information be treated as confidential must mark those pages as “confidential”, cite a specific statutory basis for the exemption, and the reasons why the public interest would be served by the confidentiality. The entire Proposal must not be marked confidential. Should a Proposal be submitted in this manner, no portion of it will be held as confidential unless that portion is segregated in the above manner and meets the above criteria.

c. Notwithstanding the above procedures, the District reserves the right to disclose information that the District determines, in its sole discretion, is not exempt from disclosure or that the District is directed to disclose by the District Attorney or a court of competent jurisdiction. Prior to disclosing such information, the District will notify the Proposer. If the Proposer disagrees with the District decision, the District may, but is not required to, enter into an agreement not to disclose the information so long as the Proposer bears the entire cost, including reasonable attorney’s fees, of any legal action, including any appeals, necessary to defend or support a no-disclosure decision.

SECTION IV – INSTRUCTIONS TO PROPOSERS – PUBLIC WORKS Solicitation No: RFP 17-0010

13 RFP0473817PWR

1. PUBLIC WORKS REQUIREMENTS: This solicitation may result in a Project Work Authorization (PWA) for a Public Work subject to ORS 279C.800 to 279C.870 or the Davis-Bacon Act (40 U.S.C. 3141 et seq., if applicable). No Bid will be received or considered by the District unless the Bid contains a statement by the Bidder that the provisions of ORS 279C.800 to 279C.870 (prevailing wage rates paid to employees) or the Davis Bacon Act (40 U.S.C. 3141 et seq, if applicable) are to be complied with (see Bidder Certification).

2. REGISTRATION REQUIREMENTS:

Bidders must be currently registered with the Construction Contractors Board as required by ORS 701.021, licensed by the Sate Landscape Contractors Board, as required by ORS 671.530, or licensed by the Department of Environmental Quality, as required by ORS 468A.710 (Air Quality) , if required, holding the proper registration for the work contemplated herein, at the time of Bid submittal. All Subcontractors participating in the project must be similarly registered with the Construction Contractors Board, State Landscape Contractors Board or Department of Environmental Quality, as required, at the time they propose to engage in subcontract work. The CCB registration requirements apply to all public works contracts unless superseded by federal law.

3. BOLI/PWR REQUIREMENTS. Pursuant to ORS 279C.800 to 279C.870: All contractors and subcontractors will abide by the latest determination of the minimum wage rates as scheduled and published for this region by the U.S. Department of Labor and the Oregon Bureau of Labor and Industries and will abide by all amendments, decisions, and related regulations of these agencies. Specifically: a. The Contractor is required to pay workers not less than prevailing wage rates for the Region #2 through

the contract period. b. If the Contractor fails to pay for labor and services the District can pay and will withhold these amounts

from payments to the Contractor. OAR 839-025-0020(2)(a). c. The Contractor is required to pay weekly, holiday (including weekends) and daily overtime as required.

OAR 839-025-0020(2)(b). d. The existing 'prevailing rate of wage' as published by the Oregon Bureau of Labor and Industries are the

July 1, 2016 Prevailing Wage Rates for Public Works Contracts in Oregon, the Correction to Prevailing Wage Rates Effective August 9, 2016, the October 1, 2016 Prevailing Wage Rate Amendments and the Correction to Prevailing Wage Rates effective October 7, 2016. . They may be found at the following website: http://www.oregon.gov/boli/WHD/PWR/Pages/pwr_state.aspx, and are incorporated herein by this reference.

4. BONDS: PERFORMANCE, PAYMENT AND PUBLIC WORKS. Pursuant to OAR 137-49-0460 and ORS 279C: a. Performance and Payment Bonds.

i. Pursuant to ORS 279C.380, the Contractor must furnish bonds covering the faithful performance of the Contact and payment of obligations arising there under. Bonds are to be obtained through a company that is authorized and licensed by the Oregon Insurance Commissioner. The bonding company must be listed on the most current US Government Treasury list, Department Circular 570 or approved PRIOR TO BID SUBMISSION by the District. The cost of the Bonds must be included in the Contract Sum. The amount of each Bond must be equal to 100 percent of the Contract Sum. Performance and Payment Bonds must be the AIA A312 or as approved by the District.

ii. Bonds must be effective from the Contract date through the Final Completion of the Contract. iii. Failure to adhere to these requirements may be grounds for rejection of the Bid.

b. Public Works Bond. i. Contractors who work on public works projects, subject to the PWR law, are required to file a

$30,000 Public Works Bond to be used exclusively for unpaid wages determined to be due by BOLI.

SECTION IV – INSTRUCTIONS TO PROPOSERS – PUBLIC WORKS Solicitation No: RFP 17-0010

14 RFP0473817PWR

Proof of this bond in effect must be provided to the District prior to Contract signing, after the award of this solicitation.

ii. General Contractors are required to verify that subcontractors have filed a public works bond before permitting a subcontractor to start work on a project.

iii. ORS 279C.836 provides exemptions from the bond requirements for certified disadvantaged, minority, women, service-disabled veteran owned or emerging small business enterprises. It is the Contractor’s responsibility to notify the District if an exemption applies to the Contractor.

iv. The Public Works Bond must be furnished by a surety company authorized to do business in Oregon c. Time for Submission. The apparent successful Bidder must promptly furnish the required performance

security upon the District's request. If the Bidder fails to furnish the security as requested, the District may reject the Bid and award the Contract to the Responsible Bidder with the next lowest Responsive Bid, and, at the District's discretion, the Bidder must forfeit its Bid Bond.

5. SUBSTITUTE CONTRACTOR. Pursuant to OAR 137-49-0470:

If the Contractor provided a performance bond, the District may afford the Contractor's surety the opportunity to provide a substitute Contractor to complete performance of the Contract. A substitute Contractor must perform all remaining contract Work and comply with all terms and conditions of the Contract, including the provisions of the performance bond and the payment bond. Such substitute performance does not involve the Award of a new Contract and will not be subject to the competitive procurement provisions of ORS Chapter 279C.

6. FOREIGN CONTRACTOR. Pursuant to OAR 137-49-0490:

If the Contract Price exceeds $10,000 and the Contractor is a Foreign Contractor, the Contractor must promptly report to the Oregon Department of Revenue on forms provided by the Department of Revenue, the Contract Price, terms of payment, Contract duration and such other information as the Department of Revenue may require before final payment can be made on the Contract. A copy of the report must be forwarded to the District. The District will satisfy itself that the above requirements have been complied with before it issues final payment on the Contract.

7. CERTIFIED PAYROLL WITHHOLDING. Pursuant to ORS 279C.845:

a. If a prime contractor does not file certified payroll as required (at least once per month), the District will withhold 25% of amounts due to the prime contractor, in addition to any other required Retainage.

b. If a first-tier subcontract does not file certified payroll reports as required, the prime contractor must withhold 25% of amounts due the first-tier subcontractor.

c. Once certified payroll reports are submitted, the District or prime contractor are to pay amounts withheld within 14 days.

d. Neither the District nor the prime contractor is required to verify the accuracy of the contents of the certified payroll reports.

8. DRUG TESTING REQUIREMENT:

ORS 279C.505(2) requires that all public improvement contracts contain a provision requiring contractors to demonstrate that an employee drug-testing program is in place. Bidders are therefore required to certify that they have an employee drug-testing program in place that applies to all employees, and will maintain a drug-testing program at all times during the performance of the awarded Contract. Failure to maintain a program will constitute a material breach of contract. The use of drugs, alcohol, or any tobacco products is prohibited on all District property.

9. OTHER TERMS AND CONDITIONS:

The Contractor must understand and agree to comply with the following:

SECTION IV – INSTRUCTIONS TO PROPOSERS – PUBLIC WORKS Solicitation No: RFP 17-0010

15 RFP0473817PWR

a. Provide prompt payment to all Persons supplying labor or material for the performance of the work; Pay all contributions or amounts due the Industrial Accident Fund; Not permit any lien or claim to be filed or prosecuted against the District; and Pay to the Department of Revenue all sums withheld from employees. (ORS 279C.505(1));

b. Demonstrate that an employee drug testing program is in place. (ORS 279C.505(2)); c. If the Contract calls for demolition Work described in ORS 279C.510(1), the Contractor is required to

salvage or recycle construction and demolition debris, if feasible and cost-effective; d. If the Contract calls for lawn or landscape maintenance, the Contractor is required to compost or mulch

yard waste material at an approved site, if feasible and cost effective (ORS 279C.510(2); e. If the Contractor fails, neglects or refuses to pay promptly a person’s claim for labor or services provided

to the contractor or a subcontractor, the District may pay the amount of the claim to the person that provides the labor or services and charge the amount of the payment against funds due or to become due the contractor, as set forth in ORS 279C.515(1);

f. If the Contractor or a first-tier subcontractor fails, neglects or refuses to pay a person that provides labor or materials in connection with the public improvement contract within 30 days after receiving payment from the contracting agency or a contractor, the contractor or first-tier subcontractor owes the person the amount due plus interest charges. (ORS 279C.515(2));

g. If the Contractor or a subcontractor fails, neglects or refuses to pay a person that provides labor or materials in connection with the public improvement contract, the person may file a complaint with the Construction Contractors Board, unless payment is subject to a good faith dispute as defined in ORS 279C.580. (ORS 279C.515(3));

h. Abide by maximum hours of labor and overtime, as set forth in ORS 279C.520(1); i. Provide employer notice to employees of hours and days that employees may be required to work, as set

forth in ORS 279C.520(2); j. Abide by environmental and natural resources regulations (ORS 279C.525); k. Make required payments for medical care and certain services related to sickness and injury to

employees, as set forth in ORS 279C.530(1); l. Understand all employers, including Contractor, that employ subject workers who work under this

Contract in the State of Oregon must comply with ORS 656.017 and provide the required Workers' Compensation coverage, unless such employers are exempt under ORS 656.126. Contractor must ensure that each of its subcontractors complies with these requirements. (ORS 279C.530(2));

m. Abide by maximum hours, holidays and overtime (ORS 279C.540); n. Abide by time limitation on claims for overtime (ORS 279C.545); o. Pay prevailing wage rates, including subcontractors (ORS 279C.800 to 279C.870); p. File required BOLI Public Works bond(s) including subcontractors, as set forth in ORS 279C.830(2); q. Follow Retainage rules (ORS 279C.550 to 279C.570); r. Abide by prompt payment policy, progress payments, rate of interest (ORS 279C.570); s. Maintain relations with subcontractors (ORS 279C.580); t. Make notice of claim (ORS 279C.605); u. Provide Affidavit of Compliance with the Oregon tax laws in accordance with ORS 305.385; and v. Certify that all subcontractors performing Work described in ORS 701.005(2) (i.e., construction Work) will

be registered with the Construction Contractors Board, licensed by the State Landscape Contractors Board in accordance with ORS 701.021 to 701.050, or licensed under ORS 468A.720 (Air Quality), if required, before the subcontractors commence Work under the Contract.

w. Assignment or Transfer Restricted. Unless otherwise provided in the Contract, the Contractor must not assign, sell, dispose of, or transfer rights, or delegate duties under the Contract, either in whole or in part, without the District's prior Written consent. Unless otherwise agreed by the District in Writing, such consent will not relieve the Contractor of any obligations under the Contract. Any assignee or

SECTION IV – INSTRUCTIONS TO PROPOSERS – PUBLIC WORKS Solicitation No: RFP 17-0010

16 RFP0473817PWR

transferee will be considered the agent of the Contractor and be bound to abide by all provisions of the Contract. If the District consents in Writing to an assignment, sale, disposal or transfer of the Contractor's rights or delegation of Contractor's duties, the Contractor and its surety, if any, must remain liable to the District for complete performance of the Contract as if no such assignment, sale, disposal, transfer or delegation had occurred unless the District otherwise agrees in Writing.

SECTION V – RESPONSE AND EVALUATION Solicitation No: RFP 17-0010

17 RFP0473817PWR

1. INTRODUCTION:

This section prescribes the mandatory format for the presentation of a Proposal in response to this Solicitation. The purpose of this format is to ensure uniformity of the information from each Proposer and to aid in clear understanding and evaluation of each Proposal. Failure to provide any information requested in this Solicitation may result in rejection of the Proposal.

2. PROPOSAL FORMAT: a. Proposals should be typewritten with a font size no smaller than ten (10) point on 8-1/2 x 11 size paper,

two-sided and stapled in the upper left corner or otherwise bound. Spreadsheets may be on 8 ½ x 14 or 11x17 and folded to fit the binding.

b. Elaborate art work, expensive paper and visuals are not necessary. Brochures or other promotional presentations beyond that sufficient to present a complete and effective Proposal are not desired.

c. There is no page limit for Proposals, but the District encourages brevity. A. Appendix must include:

(i) Supplemental attachments required by the District (specifically requested in this solicitation) (1) District WILL review and consider materials included as appendix materials that are

specifically requested. (2) Example: Requested certificates

(ii) Supplemental information not District-required (NOT specifically requested in this solicitation). (1) District shall NOT be obligated to review or consider materials included as appendix

materials unless specifically requested. d. A Proposer’s submitted Proposal must include all Forms (see Section VI – Attachments) and required

text (see Section V – Response and Evaluation) and must be submitted in hard copy and electronic copy. i. Hard copy/Paper

A. One (1) complete original marked “ORIGINAL” on the cover page. This is the official Proposal and governs in case of conflict with paper copies and/or electronic copies.

B. One (1) complete copy marked “COPY” on the cover page. C. 5 copies of the Proposal omitting the Price Schedule marked “COPY – NO PRICING” on the

cover page ii. Electronic (USB Flash Drive or CD/DVD)

A. One (1) complete copy in searchable PDF format i. Preferred in one file, but no more than four (4) files

B. One (1) copy of the Proposal in searchable PDF format omitting the Price Schedule i. Preferred in one file, but no more than three (3) files

3. PROPOSAL CONTENT REQUIREMENTS:

Proposers must provide a reply to each of the following items. The Proposer Certification Form (see Attachments) must be completed and submitted as the cover of the Proposer’s response. Proposers are cautioned to provide in their Proposals, in a brief and concise manner, as much detail as possible pertaining to their capabilities and experience in providing the services requested in this Solicitation. Do not assume the District has any prior knowledge of the Proposer. Proposers must present a Proposal containing the specific information requested and submit all attachments as required, in the order listed below:

SECTION V – RESPONSE AND EVALUATION Solicitation No: RFP 17-0010

18 RFP0473817PWR

a. REQUIRED AFFIDAVIT, CERTIFICATIONS AND FORMS: See Section VI – Attachments, PROPOSAL SUBMISSION CHECKLIST.

b. DETAILED PROPOSAL CONTENT REQUIREMENTS:

A. INSURANCE REQUIREMENT. (Pass/Fail)

(i) Provide a statement of agreement to the insurance clause in the sample Master

Trade Services Contract (pursuant to Article 18 INSURANCE located within the

Master Trade Services Contract terms and conditions

B. REFERENCES. (10 Point Possible)

(i) Provide five (5) professional references using the provided reference form.

(1) School Districts shall be preferred, but not required.

(2) The Beaverton School District shall not be included as one (1) of the required five (5)

(3) Provide the name, current telephone number and email address for the client for each

project.

(4) The District reserves the right to disqualify any Proposer who receives an unfavorable

report from a proposer-identified customer reference.

(5) The District reserves the right to investigate and consider references submitted by the

Proposer, including customers other than those listed in the Proposers submission, and

Beaverton School District experience.

(6) The references provided may be contacted to establish, but not limited to, the level of

Proposer customer service and ability to, and timely performance of response to the

needs of its clients.

C. Experience and Qualifications. (45 Points Possible)

(i) Provide a brief narrative of the Proposer’s background and history. Generally describe

previous experience related to Fire System Inspection and Repair services to organizations

of similar size and scope to the District. To include description of experience related to Fire

sprinkler, Kitchen Hood System including Extinguisher, and district owned Fire Hydrant

Testing, Inspection, and repair.

(ii) Provide acknowledgement and agreement to the enclosed sample Contract terms and

conditions.

(iii) Describe Proposer’s Fire System Inspection and Repair responsibilities and the scope of

work for the five (5) projects submitted in Item C, References, above

(1) Detail the number of employees that were involved in the work for each project and

briefly describe the role of each employee that were involved in that project and the

date of the project. Projects within the last three (3) years shall be preferred.

(iv) Address current status or plans to have adequate facilities and service delivery capability,

sufficiently staffed, and equipped to furnish services for this contract.

(v) Prior Contract Performance. If the Proposer has had a contract terminated for default during

the past five (5) years, all such incidents must be described. Termination for default is

defined as notice to stop performance due to the Proposer’s non-performance or poor

performance and the issue was either: (a) not litigated; or (b) litigated and such litigation

determined the proposer to be in default.

(1) Submit full details of all terminations for default experienced by the Vender in the past

five (5) years including the other party’s name, address and telephone number. Present

SECTION V – RESPONSE AND EVALUATION Solicitation No: RFP 17-0010

19 RFP0473817PWR

the Proposer’s position in the matter. The District will evaluate the facts and may, at its

sole discretion, reject the Proposer’s proposal if the facts discovered indicate that

completion of a contract resulting from this solicitation may be jeopardized by selection

of the proposer.

(2) If the proposer has experienced no such terminations for default in the past five (5)

years, so declare.

D. Key personnel. (45 Points Possible)

(i) Name the principle individuals of your company, their current job title, the total years of

experience in the Fire system inspection and repair industry and their current primary

responsibility for your company.

(ii) Name of the person who will be in direct charge of work and will serve as Supervisor for

work performed under this contract.

(1) Detail relevant qualifications and experience, including the length of time in this position

and relevant degrees, certifications, and licenses. Note, experience shall be “total

experience in the Fire system inspection and repair industry.”

(2) Provide this person’s office phone, cell phone, email and hours of availability.

(iii) List all other key individuals who will serve under this contract.

(1) Describe each individual’s relevant qualifications, experience and applicable

certifications. Note, experience shall be “total experience in the Fire system inspection

and repair industry.”

(iv) Provide details of the Proposer’s standards for staff training.

(v) Provide details of the proposer’s ability to staff up for large projects (e. g. summer

inspections and repair)

(vi) Provide details of company safety procedures and protocols.

E. Policy and operations. (10 Points Possible)

(i) Provide detailing how your proposal meets or exceeds the requirements and the

specifications of the District (see Section II).

(ii) Address each item in the Statement of Work (Section II). Focus on the proposer’s ability to

perform all the required tasks.

F. Quality of proposal. (5 Points Possible)

(i) Provide a proposal that is responsive to solicitation requirements, terms, conditions and

provided in a manner that is easily readable, neat, clear, logical, reasonable and

professional.

G. Price Schedules. (45 Points Possible)

(i) Use of the provided Price Schedule format, contents and order is required (Attachment __)

and is also available in Excel format on Orpin (at http://orpin.oregon.gov/) and the District’s

public Purchasing page. Additional notes may be made at the bottom of the form for

clarifications by the proposer if necessary.

(ii) Pricing shall be evaluated based on a mock order for two (2) projects.

(1) The mock order shall not be published.

(iii) Pricing shall be compared between each proposal and weighted accordingly (lowest price

scores the highest, all other higher priced offers are weighted against the lowest offer).

SECTION V – RESPONSE AND EVALUATION Solicitation No: RFP 17-0010

20 RFP0473817PWR

4. PROPOSAL EVALUATION:

a. RESPONSIVENESS AND RESPONSIBILITY: The District will utilize the following objective factors to determine if Proposals are Responsive and Proposers are Responsible: i. RESPONSIBILITY OF PROPOSER (OAR 137-047-0500). Before awarding a Contract, the District shall

determine that the Proposer submitting the most Advantageous Proposal is Responsible. The District shall use the standards set forth in ORS 279B.110 and OAR 137-047-0640(1)(c)(F) to determine if a Proposer is Responsible. In the event the District determines a Proposer is not Responsible, it shall prepare a written determination of non-Responsibility as required by ORS 279B.110 and shall reject the Proposal.

b. CONTINGENT PROPOSALS. The Proposer must not make its Proposal contingent upon the District's acceptance of any terms or conditions (including Specifications) other than those contained in this Solicitation.

c. NON RESIDENT PROPOSERS. In determining the most Advantageous Responsible Proposal, the District shall apply the reciprocal preference set forth in ORS 279A.120(2)(b) and OAR 137-046-0310.

d. IDENTICAL PROPOSALS. When one or more Proposals are identical under OAR 137-046-0300, the District shall award a Contract in accordance with the procedures set forth in OAR 137-046-0300.

e. RECYCLED MATERIALS. The District may give preference for Recycled Materials as set forth in ORS 279A.125 and OAR 137-046-0320.

f. CLARIFICATION OF PROPOSALS. After Opening, the District may conduct Discussions with apparent Responsive Proposer(s) for the purpose of clarification and to assure full understanding of the Proposal.

g. NEGOTIATION. The District may only conduct Discussions or Negotiate with Proposers. After Award of the Contract, the District may only modify an awarded Contract in accordance with OAR 137-047-0800.

h. OBJECTIVE CRITERIA. The District may allow, at its discretion, certain other objective evaluation criteria. Examples of such criteria include but are not limited to conversion costs, transportation cost, volume weighing, trade-in allowances, cash discounts, depreciation allowances, cartage penalties, ownership or lifecycle cost formulas.

5. EVALUATION COMMITTEE: The Proposals will be evaluated by the Evaluation Committee consisting of not less than three (3) knowledgeable individuals (Evaluators) to review and score Proposals according to the evaluation criteria set forth in this Solicitation. The District may assign certain Evaluators to evaluate specific Proposal categories in keeping with the Evaluators’ area of expertise. Working as a Committee or independently (at the discretion of the District) with copies of the written Proposals, the Evaluators will independently assign scores to each Proposal received in accordance with the evaluation criteria defined herein. Evaluators will utilize the criterion (as objectively as possible) to measure the merit of each Proposal received in accordance with the subjective evaluation criteria to determine which Proposals(s) will provide the District with the most advantageous and best overall value. The recommendations of this committee will be a consensus and will be final.

SECTION V – RESPONSE AND EVALUATION Solicitation No: RFP 17-0010

21 RFP0473817PWR

6. EVALUATION CRITERIA:

The District will score each Proposal by reviewing and evaluating the Proposal content requirements outlined above. The following table indicates how the total points in the scoring will be assigned by required Proposal item. Failure to meet minimum requirements for any individual item may disqualify the Proposal regardless of the total points scored for the other items. Each item will be evaluated as follows:

Evaluation Factors Matrix Points Possible

A Insurance Requirements Pass/Fail

B References 10

C Experience and Qualifications 45

D Key Personnel 45

E Policy and Operation 10

F Quality of Proposal 5

G Price Schedule 45

Total Possible Points 160

SECTION VI – ATTACHMENTS Solicitation No: RFP 17-0010

22 RFP0473817PWR

PROPOSAL SUBMISSION CHECKLIST

ALL CERTIFICATIONS, FORMS, AFFIDAVITS AND DETAILED PROPOSAL CONTENT REQUIREMENTS AS SPECIFIED IN SECTION V MUST BE INCLUDED IN PROPOSALS.

____ REQUIRED AFFIDAVIT, CERTIFICATIONS AND FORMS The following certifications and forms must be completed and signed by the person authorized to represent the Proposer regarding all matters related to the Proposal and authorized to bind the Proposer to the agreement. Failure to submit any of the required, completed and signed certifications/forms shall result in disqualification of the proposing firm.

___ PROPOSER CERTIFICATION. (Attachment A) This serves as the cover sheet for your Proposal. ___ INDEPENDENT CONTRACTOR CERTIFICATION. (Attachment B) ___ AFFADAVIT OF NON-COLLUSION / COMPLIANCE WITH TAX LAWS. (Attachment C) ___ NON-CONFLICT OF INTEREST CERTIFICATION. (Attachment D) ___ PROPOSER RESPONSIBILITY FORM – All Pages. (Attachment E) ___ PROPOSER REFERENCE FORMS – Include the # specified on the form. (Attachment F) ___ PRICE SCHEDULE. (Attachment G)

Detailed Proposal Content Requirements are specified in SECTION V, Paragraph 3.b. _____________________________________________________________________________________ The following attachment(s) are NOT to be returned with the Proposal. The content of these attachment(s) must be reviewed by the Proposer. The terms and conditions are incorporated in this Solicitation and will apply to the Contract to be executed for the work. ATTACHMENT H Sample Master Trade Services Contract ATTACHMENT I Sample Work orders This checklist is provided for the Proposer’s convenience in assembling your Proposal and is NOT required to be returned with the Proposal.

SECTION VI – ATTACHMENTS ATTACHMENT A

Solicitation No: RFP 17-0010

23 RFP0473817PWR

PROPOSER CERTIFICATION Legal Name of Proposer (Firm): ___ Physical Address: _____ Mailing Address: ___

The Proposer certifies and agrees:

1. The prices in this Proposal have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other Proposer relating to: the intention to submit a Proposal, or the methods or factors used to calculate the prices Proposed.

2. The Proposer has read and understands all terms and conditions of this Solicitation. 3. The Proposer agrees to provide insurance as required in the sample Contract Terms and Conditions (see Attachments). 4. The Proposer has, or has available, the equipment, personnel, materials, equipment, facilities, and equipment as well as the

technical and financial ability necessary to complete and execute all Work in a sound and suitable manner for the use specified and intended.

5. The Proposer agrees to execute the formal Contract within ten (10) days from date of Notice of Intent to Award. 6. The Proposer acknowledges that the person that signs this Certification is fully authorized to sign on behalf of the Proposer

listed and to fully bind the Proposer to all conditions and provisions thereof. 7. The Proposer certifies that Proposer has complied or will comply with all requirements of local, state, and national laws, and

that no legal requirement has been or will be violated in making or accepting this Proposal.

8. The Proposer, pursuant to ORS 279A.120 (1), (check one) is ____ / is not ____ a resident Proposer.

If not, indicate State of residency________________________. 9. The Proposer certifies that it has not discriminated and will not discriminate, in violation of ORS 279A.110, against any

disadvantaged business enterprise, a minority-owned business, a woman-owned business, a business that a service-disabled veteran owns or an emerging small business that is certified under ORS 200.055 in obtaining any required subcontract.

10. The Proposer agrees to comply with Oregon tax laws in accordance with ORS 305.385. 11. The Proposer acknowledges receipt of the following addenda: (list by number and date appearing on addenda.)

Addendum Number Date Addendum Number Date

________________ ________________ ________________ ________________

________________ ________________ ________________ ________________

________________ ________________ ________________ ________________

12. The Proposer (check one) ____ will / ____ will not extend the terms, conditions and prices to any Participating Agency that intends on establishing a Contract awarded to the Proposer resulting from this Solicitation.

Respectfully submitted this __________day of ________________________, 20_____. Signature: __________________________________________

Printed Name: ______________________________________ Phone: __________________________________

Title: ______________________________________________ Fax: _____________________________________

Email Address: __________________________________________________________________

SECTION VI – ATTACHMENTS ATTACHMENT B

Solicitation No: RFP 17-0010

24 RFP0473817PWR

INDEPENDENT CONTRACTOR CERTIFICATION Proposer: ___________________________________________________ Employer Identification Number: ________________________________ If Proposer signs Part A, the remainder of this Certification Statement does not need to be completed.

Part A. Proposer is a Corporation:

The Proposer/Firm is a corporation authorized to do business in the State of Oregon.

Proposer Signature: _________________________________________________Date: _____________________

Part B. Proposer is an Independent Contractor:

I, under penalties of perjury, certify that I am an independent contractor as defined in ORS 670.600 and that the following statements are true and correct:

1. I have filed Federal and State income tax returns in the name of my business or a business Schedule C as part of the personal income tax return, for the previous year, or expect to file federal and state income tax returns, for labor or services performed as an independent contractor in the previous year.

2. I will furnish the tools or equipment necessary for the contracted labor or services.

3. I have the authority to hire and fire employees who perform the labor or services.

4. I represent to the public that the labor or services are to be provided by my independently established business as four (4) or more of the following circumstances exist.

(Please check all that apply):

_____ A. The labor or services are primarily carried out at a location that is separate from my residence or is primarily carried out in a specific portion of my residence, which is set aside as the location of the business.

_____ B. Commercial advertising or business cards are purchased for the business, or I have a trade association

membership with __________________________________________________. _____ C. Telephone listing is used for the business that is separate from the personal residence listing. _____ D. Labor or services are performed only pursuant to written contracts. _____ E. Labor or services are performed for two or more different persons or agencies within a period of one year. _____ F. I assume financial responsibility for defective workmanship or for service not provided as evidenced by

the ownership of performance bonds, warranties, errors and omissions insurance or liability insurance relating to the labor or services to be provided.

Proposer Signature: _____________________________________________Date: _____________________

SECTION VI – ATTACHMENTS ATTACHMENT C

Solicitation No: RFP 17-0010

25 RFP0473817PWR

AFFIDAVIT OF NON-COLLUSION / COMPLIANCE WITH TAX LAWS

______________________________________ (Proposer)

I state that:

(1) The correct taxpayer identification numbers are:

A. Federal Employer ID Number (EIN): ____________________ B. Employer’s Oregon ID Number: __________________ (2) Proposer is not subject to backup withholding because (i) Proposer is exempt from backup withholding, (ii) Proposer has

not been notified by the IRS that Proposer is subject to backup withholding as a result of a failure to report all interest or dividends, or (iii) the IRS has notified Proposer that Proposer is no longer subject to backup withholding;

(3) The price(s) and amount of this Proposal must be arrived at independently and without consultation, communication or agreement with any other Supplier, Proposer or potential Proposer, except as disclosed on the attached appendix.

(4) That neither the price(s) nor the amount of this Proposal, and neither the approximate price(s) nor approximate amount of this Proposal, will be disclosed to any other firm or person who is a Proposer or potential Proposer, and they will not be disclosed before Contract award.

(5) No attempt has been made or will be made to induce any firm or person to refrain from proposing on this Solicitation, or to submit any noncompetitive Proposal or other complementary Proposal.

(6) The Proposal of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive Proposal.

(7) _________________________________________ (name of firm), its affiliates, subsidiaries, officers, directors and employees are not currently under investigation by any governmental agency and have not in the last four years been convicted of or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to proposing on any public contract, except as described in the attached appendix.

I state that ________________________________________________ (name of firm) understands and acknowledges that the above representations are material and important, and will be relied on by the Beaverton School District in awarding the contract(s) for which this Proposal is submitted. I understand and my firm understands that any misstatement in this affidavit is and will be treated as fraudulent concealment from the Beaverton School District of the true facts relating to the submission of Proposals for this contract. I am authorized to act on behalf of Proposer, and have authority and knowledge regarding Proposer's payment of taxes, and to the best of my knowledge, Proposer is not in violation of any Oregon tax laws, including, without limitation, those tax laws listed in ORS 305.380(4), the elderly rental assistance program under ORS 310.630 to 310.706; and any local taxes administered by the Oregon Department of Revenue under ORS 305.620. ________________________________________________ (Affiant’s Signature) STATE OF OREGON County of _________________________________

Signed and sworn to before me on ___________________________ by ________________________________________ (date) (Affiant’s name)

Notary: ____________________________________

My Commission Expires: _________________________

SECTION VI – ATTACHMENTS ATTACHMENT D

Solicitation No: RFP 17-0010

26 RFP0473817PWR

NON-CONFLICT OF INTEREST CERTIFICATION

Issuing Agency: Beaverton School District I, hereby certify I have read the statement defining conflict of interest as quoted below; that I understand the statement; that no conflict of interest exists as therein defined, which precludes an impartial Bid/Proposal to be submitted by myself or the entity/company for which the Bid/Proposal is submitted, and that if such a conflict should arise, I will immediately notify the Beaverton School District and disqualify my Bid/Proposal.

"NO OFFICER, EMPLOYEE, OR AGENT OF THE BIDDER/PROPOSER HAS ANY PERSONAL FINANCIAL INTEREST, DIRECT OR INDIRECT, IN THE OPERATION OF THE BEAVERTON SCHOOL DISTRICT OR WITH ANY PARTY CONNECTED WITH THE OREGON SCHOOL AND DISTRICT IMPROVEMENT NETWORK, DIRECTLY OR INDIRECTLY."

______________________________________________________ Proposer Name (signature)

______________________________________________________ Proposer Name (printed)

______________________________________________________ Proposer Title (printed)

______________________________________________________ Entity/Company Name (printed)

______________________________________________________ Date

SECTION VI – ATTACHMENTS ATTACHMENT E

Solicitation No: RFP 17-0010

27 RFP0473817PWR

PROPOSER RESPONSIBILITY FORM

(PROPOSER’S QUALIFICATIONS AND FINANCIAL INFORMATION)

DECLARATION AND SIGNATURES

The undersigned hereby declares that the he or she is duly authorized to complete and submit this Proposer Responsibility Form and that the statements contained herein are true and correct as of the date set forth below. Incomplete, incorrect or misleading information will be reason for a determination by the District of Proposer non-responsibility.

Date:

By:

(Signature of authorized official)

Name: (Please type or print)

Title: (Please type or print)

For: (Firm’s name) (Please type or print)

Instructions

1. The information provided in this form is part of the District inquiry concerning proposer responsibility. Please print clearly or type.

2. If you need more space, use plain paper. Submit completed form with Proposal response. 3. Answer all questions. Submission of a form with unanswered questions, incomplete or

illegible answers may result in a finding that the Proposer is not a responsible Proposer.

SECTION VI – ATTACHMENTS ATTACHMENT E

Solicitation No: RFP 17-0010

28 RFP0473817PWR

RELIABILITY

Has your company ever been declared in breach of any contract for unperformed or defective work? Yes. No. If “yes”, explain.

Has any employee or agent of your company ever been convicted of a criminal offense arising out of obtaining, attempting to obtain, or performing a public or private contract or subcontract? Yes. No.

If “yes,” explain.

Has any employee or agent of your company been convicted under state or federal law of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property or any other offense indicating a lack of business integrity or business honesty? Yes. No. If “yes,” explain.

Has your company or any employee or agent of your company been convicted under state or federal antitrust laws? Yes. No.

If “yes,” explain.

Has any Officer or Partner of your organization ever been an Officer or Partner of another Organization that failed to complete a construction contract? Yes. No.

If “yes,” explain.

____________________________

SECTION VI – ATTACHMENTS ATTACHMENT E

Solicitation No: RFP 17-0010

29 RFP0473817PWR

FINANCIAL RESOURCES

Has your firm ever been at any time in the last ten years the debtor in a bankruptcy case? Yes. No.

If “yes,” explain.

Does your firm have any outstanding judgments pending against it? Yes. No.

If “yes,” explain.

In the past ten years, has your firm been a party to litigation, arbitration or mediation where the amount in dispute exceeded $10,000? Yes. No.

If “yes,” explain. (Include court, case number and party names.)

In the past ten years, has your firm been a party to litigation, arbitration or mediation on a matter related to payment to subcontractors or work performance on a contract? Check “yes” even if the matter proceeded to arbitration or mediation without court litigation. Yes. No.

If “yes,” explain. (Include court, case number and party names.)

Have you or any of your affiliates discontinued business operation with outstanding debts? Yes. No.

If “yes,” explain.

SECTION VI – ATTACHMENTS ATTACHMENT E

Solicitation No: RFP 17-0010

30 RFP0473817PWR

KEY PERSONNEL

List the principal individuals of your company, their current job title, the total years of experience they have in the industry and their current primary responsibility for your company. Corporations list current officers and those who own 5% or more of the corporation’s stock. Limited liability companies list members who own 5% or more of the company. Partnerships list all partners. Joint ventures list each firm that is a member of the joint venture and the percentage of ownership the firm has in the joint venture.

ITEM Principal Individual

A. Name

B. Position

C. Years in Position

D. Current Primary Responsibility

ITEM Principal Individual

A. Name

B. Position

C. Years in Position

D. Current Primary Responsibility

ITEM Principal Individual

A. Name

B. Position

C. Years in Position

D. Current Primary Responsibility

ITEM Principal Individual

A. Name

B. Position

C. Years in Position

D. Current Primary Responsibility

Person who will be in direct charge of work if your company is awarded this Contract:

ITEM PERSON IN DIRECT CHARGE A. Name

B. Position

C. Years in Position

D. Largest Project Supervised -$

E. Largest number of employees ever supervised

SECTION VI – ATTACHMENTS ATTACHMENT F

Solicitation No: RFP 17-0010

31 RFP0473817PWR

PROPOSER REFERENCE FORM

PROPOSER REFERENCE FORM FOR (Insert Name of Proposer)

Proposer must provide five (5) references and must use a separate copy of this form for each reference. Date(s) Work Performed:

__ Name(s) of Project(s): Value of Project(s): $ Name of Company: Address: Contact Name: Telephone: Email: Method: Subjective Evaluation Each reference may be checked for, but not limited to, adherence to contract terms and conditions, timelines, quality standards, overall customer service, project being of similar size, scope and complexity.

SECTION VI – ATTACHMENTS ATTACHMENT G

Solicitation No: RFP 17-0010

32 RFP0473817PWR

PRICE SCHEDULE Please provide pricing for the following items: Work Order #1: At a total of 31 elementary schools, 8 middle schools, 5 High Schools, 4 Options Schools and 4 support Buildings, provide labor and materials to perform annual systems testing on 127 wet sprinkler systems, 16 dry sprinkler systems, 5 antifreeze sprinkler systems, and 70 fire hydrants. All testing will be done in August during maintenance department schedule of 7:00 am to 3:30 pm. _______________________________________________________DOLLARS ($_________________________) Work Order #2: Perform two semi-annual tests of 28 extinguisher Kitchen hood systems and 2 water hood systems, once in August and once in March during Spring Break. All testing will be done during maintenance department schedule of 7:00 am to 3:30 pm. _______________________________________________________DOLLARS ($_________________________) Work Order #3: At Aloha Huber Park K-8, Provide labor and materials to perform 10 year UL Lab testing of 4 Dry Heads, replace 2 missing white escutcheons located in Kitchen Storage and room 117 restrooms, perform 3-5 year Internal Pipe Inspections, and Perform 5 year fire department Connection Backflush. Work will require a 25-foot lift. All work to be done between 3:00 pm and 10:00 pm after normal school hours. _______________________________________________________DOLLARS ($_________________________)

Price Schedule continued on next page

SECTION VI – ATTACHMENTS ATTACHMENT G

Solicitation No: RFP 17-0010

33 RFP0473817PWR

PRICE SCHEDULE – Cont’d

SERVICES UNIT OF

MEASURE COST

Fee per System for Testing & Inspection Services for Wet Fire Sprinkler Systems

EACH $

Fee per System for Testing & Inspection Services for Dry Fire Sprinkler Systems

EACH $

Fee per System for Testing & Inspection Services for Antifreeze Fire Sprinkler Systems

EACH $

Fee per System for Testing & Inspection Services for Kitchen Hood including extinguisher Systems

EACH $

Fee per System for Testing & Inspection Services for Kitchen Hood without extinguisher Systems

EACH $

Fee per Fire Hydrant for Testing & Inspection Services for District owned Fire Hydrants

EACH $

Fee per Hour for Repair of systems (Regular Rate) PER HOUR $

Fee per Hour for After Hours (Overtime, Emergency Services) PER HOUR $

Percentage Mark-up on Materials PERCENTAGE (%) %

Percentage Mark-up on Equipment Rental PERCENTAGE (%) %

OTHER SERVICES OFFERED (Provide details and include unit of measure)

UNIT OF MEASURE

COST

$

$

$

$

$

No Overtime will be authorized without prior approval of the Project Manager.

All Prices Quoted must be FOB Destination.

Labor rates quoted must be Standard Wage Rates. If the work for any PWA requires Prevailing Wage Rates,

the District will notify the Contractor at the time the quote is requested.

The Proposer must not make its pricing contingent upon the District's acceptance of any terms or conditions

(including Specifications) other than those contained in this Solicitation.

The entire Proposal must not be marked confidential, nor must any pricing.

Include additional sheets for notes and/or other service offered, as required.

EXHIBIT H

Master TSC 1/3/2017

MASTER TRADE SERVICES CONTRACT

Contract No ______________

This Contract is made and entered into by and between:

Beaverton School District

16550 SW Merlo Road

Beaverton, Oregon 97006

Attention: Business Services Purchasing

SCOPE OF WORK:

SUPERSEDING EFFECT.

There are no covenants, promises, agreements, conditions or understandings between the Parties, either oral or written, other than those

contained in this Contract. This contract and all exhibits and attachments hereto together constitute the entire agreement between the Parties

(listed in order of precedence): 1) This Agreement; 2) Exhibit A Terms and Conditions, 3) District Solicitation RFP __-____(including

issued addenda), Specifications and Drawings (included by reference); and 4) Exhibit B Provider Response.

Any Provider Response (proposals) attached to this Agreement are incorporated solely for: (i) any statement of fees and schedule that is

consistent with the terms of the Solicitation, this Agreement and Exhibit A to this contract and (ii) any statement of Consultant’s and its

sub-consultants’ scope of services that is consistent with the remainder of this Agreement, or that provides basic services in addition to

those stated in this Agreement. No other provisions of any proposal are part of this Agreement, including without limitation any purported

limitation on liability. To the extent that a proposal term otherwise conflicts with the terms of this Agreement or is not included in this

agreement, such proposed terms are void and are expressly and wholly subject to the terms of this Agreement. In the event of overlap or

inconsistency between the provisions of such proposals and the other terms of this Agreement, the provision that provides a better quality

or quantity of service to Owner shall control.

CONSIDERATION:

Contractor shall perform/deliver the Work required, on an as needed basis, in consideration for which the District agrees to pay for the

Work in a manner further described in the contract and pursuant to the proposal pricing. Individual Project Work Authorizations (PWA)

are required prior to any work being performed and will be issued by the District on a requirements basis. The District is not required to

make any purchases under this Contract.

CONTRACT PERIOD:

The contract period shall be upon contract execution through ______________.

RENEWAL OPTION: The contract may be renewed upon mutual agreement of the Parties for four (4) additional one (1) year periods.

DISTRICT REPRESENTATIVE: The District Representative will be designated in the individual PWAs and is authorized as the administrator of this Contract. The District

Representative shall be the initial point of contact for all matters related to performance, authorization and to carry out the responsibilities

of the District.

In consideration of the mutual covenants, stipulations and agreements, the Parties hereto do Contract and acknowledge that they have read

and understand this Contract and agree to be bound by its terms and conditions:

Beaverton School District

________________________________________________

District Representative Date

________________________________________________

Cost Center Authority Date

________________________________________________

Business Services Purchasing Date

Not a valid Contract until all signatories are complete

Contractor/Company Name

________________________________________________ (typed or printed name of officer)

________________________________________________ Signature

Title: ____________________________________________

Phone/Fax: ________________________________________

Date: ____________________________________________

________________________________________________ CCB Number

This contract is pursuant to Oregon Revised Statutes (ORS 279 A, B and C) and Beaverton School District Public Contracting Rules.

Master Trade Services Contract – Exhibit A - Page 1

Exhibit A – Terms and Conditions

Master TSC 1/3/2017

1. ASSIGNMENT. The Contractor may not assign, sell, dispose

of, or transfer rights or subcontract Work under the Contract, either

in whole or in part, without the District's prior written consent.

2. REPRESENTATION. Contractor represents and warrants to

the District that (a) Contractor has the power and authority to

enter into and perform this Contract, (b) this Contract, when

executed and delivered, shall be a valid and binding obligation of

Contractor enforceable in accordance with its terms, (c) the

Work under this Contract shall be performed in a good and

workmanlike manner and in accordance with the highest

professional standards, and (d) Contractor shall, at all times

during the term of this Contract, be qualified, professionally

competent, and duly licensed to perform the Work.

3. AUTHORITY. The Contractor represents and warrants that it

has the power and authority to enter into and perform the Contract

and that the signer of this Contract has the authority to bind and

obligate the Contractor.

4. CHANGES. All amendments shall be pursuant to OAR 137-

46-0560. The terms and conditions contained in this Contract may

not be added to, modified, superseded or otherwise altered except

by a written modification signed by an authorized representative of

the District and Contractor.

5. CLEAN UP. The Contractor shall keep the premises free

from accumulation of waste materials rubbish caused by

operations under this Contract. At completion of the Work, the

Contractor shall remove all tools, equipment and waste/surplus and

clean all surfaces. If Contractor fails to perform this clean-up

operation the District after 24 hours notice to the Contractor may

perform this function with cost being borne by the Contractor and

deduct from monies due.

6. COMPLIANCE WITH LAWS. a. Contractor shall comply with all federal, state and

local laws, regulations, executive orders and ordinances

as applicable. All laws, regulations and executive orders

applicable to the Contract are incorporated by reference

where so required by law. If the Contractor fails to

comply the District shall have the right to terminate this

Contract.

b. Contractor expressly agrees to comply with: (i) Title VI

and VII of Civil Rights Act of 1964, as amended; (ii)

Sections 503 and 504 of the Rehabilitation Act of 1973,

as amended; (iii) the Americans with Disabilities Act of

1990, as amended, and ORS 659.425; (iv) Executive

Order 11246, as amended; (v) The Age Discrimination in

Employment Act of 1967, as amended, and the Age

Discrimination Act of 1975, as amended; (vi) The

Vietnam Era Veterans’ Readjustment Assistance Act of

1974, as amended; (vii) ORS Chapter 659, as amended;

(viii) all regulations administrative rules established

pursuant to the foregoing laws; (ix) all other applicable

requirements of federal and state civil rights and

rehabilitation statutes, rules and regulations; and (x) all

federal and state laws governing the handling,

processing, packaging, storage, labeling, and delivery of

food products, if applicable.

c. Contractor, its subcontractors, and all employers

providing work, labor or materials under this Contract are

subject to the Oregon workers' compensation law and

shall comply with ORS 656.017, which requires them

to provide Oregon workers' compensation coverage that

satisfies Oregon law for all their subject workers.

Contractor shall be responsible for all federal or state taxes

applicable to compensation or payments paid to

Contractor under this Contract. Contractor certifies that

(i) it is not an employee of the District; (ii) if

Contractor is currently performing work for the District

or the federal government, Contractor's work to be

performed under this Contract creates no potential or

actual conflict of interest as defined by ORS 244; and

(iii) if this payment is to be charged against federal

funds, it is not currently employed by the federal

government.

7. CONFIDENTIAL INFORMATION: Contractor acknowledges that

it or its employees, sub-Contractors, or agents may, in the course of

performing their responsibilities under this Contract, be exposed to or

acquire information that is the confidential information of District or

District’s clients. Any and all information provided by District and

marked confidential, or identified as confidential in a separate

writing, that becomes available to Contractor or its employees, sub-

Contractors, or agents in the performance of this Contract shall be

deemed to be confidential information of District (“Confidential

Information”). Any reports or other documents or items including

software, that result from Contractor’s use of the Confidential

Information and any Work Product that District designates as

confidential are deemed Confidential Information. Confidential

Information shall be deemed not to include information that: (a) is or

becomes (other than by disclosure by Contractor) publicly known;

(b) is furnished by District to others without restrictions similar to

those imposed by this Contract; (c) is rightfully in Contractor’s

possession without the obligation of nondisclosure prior to the time

of its disclosure under this Contract; (d) is obtained from a source

other than the District without the obligation of confidentiality; (e) is

disclosed with the written consent of the District; or (f) is

independently developed by employees or agents of Contractor who

can be shown to have had no access to the Confidential Information.

a. NON-DISCLOSURE. Contractor agrees to hold Confidential

Information in strict confidence, using at least the same

degree of care that Contractor uses in maintaining the

confidentiality of its own confidential information, and not

to copy, reproduce, sell, assign, license, market, transfer or

otherwise dispose of, give, or disclose Confidential

Information to third parties or use Confidential Information

for any purposes whatsoever other than the provision of

Services to the District under this Contract, and to advise

each of its employees, sub-Contractors, and agents of their

obligations to keep Confidential Information confidential.

Contractor shall use its best efforts to assist the District in

identifying and preventing any unauthorized use or

disclosure of any Confidential Information. Without

limiting the generality of the foregoing, Contractor shall

advise the District immediately in the event Contractor

learns or has reason to believe that any person who has had

access to Confidential Information has violated or intends

to violate the terms of this Contract and Contractor will at

its expense cooperate with the District in seeking injunctive

or other equitable relief in the name of the District or

Contractor against any such person. Contractor agrees that,

except as directed by the District, Contractor will not at any

time during or after the term of this Contract disclose,

directly or indirectly, any Confidential Information to any

person, except in accordance with this Contract, and that

upon termination of this Contract or at the District’s

request, Contractor will turn over to the District all

documents, papers, and other matter in Contractor's

possession that embody Confidential Information.

Master Trade Services Contract – Exhibit A - Page 2

Exhibit A – Terms and Conditions

Master TSC 1/3/2017

b. INJUNCTIVE RELIEF. Contractor acknowledges that

breach of this Section, including disclosure of any

Confidential Information, will give rise to irreparable

injury to the District that is inadequately compensable in

damages. Accordingly, the District may seek and obtain

injunctive relief against the breach or threatened breach of

this Section, in addition to any other legal remedies that

may be available. Contractor acknowledges and agrees

that the covenants contained herein are necessary for the

protection of the legitimate business interests of the District

and are reasonable in scope and content.

8. CONTINUING OBLIGATION. Notwithstanding the

expiration date of this Contract, the Contractor is obligated to fulfill

its responsibilities until warranty, guarantee, maintenance, and

parts availability requirements have completely expired.

9. CUTTING AND PATCHING. Contractor shall be

responsible for coordinating all cutting, fitting, or patching of the

Work to make its several parts come together properly and fit to

receive or be received by work of other contractors,

subcontractors, or the District. Contractor shall be responsible

for restoring all cut, fitted, or patched surfaces to an original

condition; provided however, that if a different condition is

specified in the Contract Documents, then the Contractor shall be

responsible for restoring such surfaces to the condition specified.

10. DAMAGES. The Contractor is responsible for damage to

any property, District owned or otherwise, that is a result of

Contractor or subcontractor negligence while work is in progress.

a. The Contractor shall be responsible for repairing and

replacing anything damaged by his operations, within

thirty (30) days after notification by the District.

b. The Contractor shall: i. Clean, repair and/or repaint all surfaces soiled,

discolored or damaged by removal of tape,

adhesive or other work to match existing

surfaces.

ii. Bear all costs associated with damage incurred

during the work, which includes but is not

limited to gypsum board, windows, mullions,

and elevator cars.

iii. Report to the District any damages found prior to

performing work.

iv. If the Contractor fails to make repairs or replace

damaged materials, as necessary, the District shall

deduct the amount of any damages from the

Contractor’s payment.

c. Should any of the Work, and such goods, materials,

equipment and furnishings, be destroyed, mutilated,

defaced or otherwise damaged prior to the time the risk

of loss has shifted to the District, the Contractor shall

repair or replace the same.

11. DELAYS IN DELIVERY. Neither the District nor

Contractor shall be held responsible for delay or default caused by

fire, riot, acts of God, terrorism, war or any other cause which is

beyond the party’s reasonable control.

12. DISTRICT'S RIGHT TO CARRY OUT THE WORK. If

the Contractor defaults or persistently fails or neglects to carry out

the Work or portions of the Work in accordance with the Contract

Documents, or fails to perform a provision of the Contract, the

District, after 10 days' written notice to the Contractor and without

prejudice to any other remedy the District may have, may make

good such deficiencies and may deduct the reasonable cost

thereof, including District's expenses and compensation for

Consultant services made necessary thereby, from the payment

then or thereafter due the Contractor. If payments then or

thereafter due the Contractor are not sufficient to cover such

amounts, the Contractor shall pay the difference to the District.

The right of the District to carry out the Work shall not give rise to

any duty on the part of the District to exercise this right for the

benefit of the Contractor or any other person or entity.

13. DRUG STATEMENT. The use of drugs, alcohol, or any

tobacco products is prohibited on all District property.

14. FOREIGN CONTRACTOR. If the amount of the

Contract exceeds ten thousand dollars ($10,000), and if the

Contractor is not domiciled in or registered to do business in

Oregon, the Contractor shall promptly provide the Oregon

Department of Revenue all information required by that

Department.

15. IDENTIFICATION OF EMPLOYEES. Contractor shall

ensure that its employees have identifying uniforms or other

designation of identity (ID badge, hat, coat with Contractor

logo/name) while on District property.

16. INDEMNIFICATION. a. To the fullest extent permitted by law the Contractor

shall indemnify, defend and hold harmless the District,

and its officers, agents and employees, and Architect,

Architect's consultants and agents and employees from

and against claims, actions, liabilities, damages, losses,

costs and expenses, direct and indirect or consequential,

including but not limited to reasonable attorneys' fees,

and other costs of defense and costs on such claims and

in proving the right to indemnification, arising out of or

resulting from negligent performance of the Work, or

any act or omission related to the Work performed under

this Contract, and arising in whole or in part from the

negligence of the Contractor, its agents, any of its

subcontractors of any tiers and anyone directly or

indirectly employed by the Contractor or subcontractors

of any tier. Contractor’s duty of defense shall arise

immediately upon assertion of any claim actually or

allegedly covered by this indemnification provision,

and, to the fullest extent allowed by law, shall be

independent of any limitations upon Contractor’s duty of

indemnification.

b. Court Action: To the extent any portion of any

indemnification or insurance provision of this Contract is

stricken by a court for any reason; all remaining

provisions shall retain their vitality and effect. Without

limitations, to the extent the indemnity or insurance

provisions of this Contract are covered by ORS 30.140,

such provisions shall apply to the fullest extent permitted

under ORS 30.140.

17. INDEPENDENT CONTRACTOR. The service or

services to be performed under this Contract are those of an

independent contractor as defined in ORS 670.600.

Contractor represents and warrants that it is not an officer,

employee or agent of the District.

18. INSPECTION AND ACCEPTANCE. The quality of Work

shall be subject to inspection by the District. Should it be found that

the quality of the Work is not satisfactory, and that the

requirements of the plans and/or specifications are not being met,

Master Trade Services Contract – Exhibit A - Page 3

Exhibit A – Terms and Conditions

Master TSC 1/3/2017

the District shall issue a written notice to comply and will provide

the Contractor with a ‘cure date’. If the Contractor does not comply

the District may terminate the contract after providing 30 days

written notice. Within a reasonable time, all work performed and

goods delivered are subject to final inspection and acceptance after

delivery or completion at the District's facility. If any goods or

services are defective in material or workmanship or otherwise not

in conformity with the requirements of this Contract or

specifications, the District shall have the right to require correction

or replacement at no additional cost to the District.

19. INSURANCE. Before commencing work, Contractor shall

procure and maintain:

a. WORKER'S COMPENSATION as required by law. b. EMPLOYER'S LIABILITY in the minimum amount of

$500,000 when the Provider has employees performing

services under the contract.

c. COMPREHENSIVE AUTOMOBILE LIABILITY

including owned, non-owned and hired vehicles:

$1,000,000 Combined Single Limit Bodily Injury and

Property Damage any one occurrence and a minimum

of $2,000,000 in the aggregate. The District shall be

named additional insured on auto and liability policies

and shall be provided a copy of the additional insured

endorsement. May be waived if Provider has no

vehicle while providing work under the contract.

d. COMPREHENSIVE GENERAL LIABILITY to

include premises operations, independent Providers,

products/completed operations, and blanket

contractual: $1,000,000 Combined Single Limit Bodily

Injury, Property Damage, and personal injury any one

occurrence and

$2,000,000 in the aggregate. May be waived only by the District Risk Manager.

e. “TAIL” COVERAGE. If any of the required liability

insurance is on “claims made” basis,” tail” coverage will

be required at the completion of this contract for duration

of 24 months, or the maximum time period reasonably

available in the marketplace. Contractor shall furnish

certification of “tail” coverage as described or continuous

“claims made” liability coverage for 24 months following

Contra t completion. Continuous “claims made”

coverage will be acceptable in lieu of “tail” coverage

provided its retroactive date is on or before the effective

date of this Contract. If Continuous “claims made”

coverage is used, Contractor shall be required to keep the

coverage in effect for duration of not less than 24

months from the end of the Contract. This will be a

condition of the final acceptance of work or services.

f. If the Work to be performed involves removal of

hazardous materials such as asbestos, mold, lead, or

others a POLLUTION COVERAGE provision shall

be included with specific coverage for asbestos and

lead with limits equal to the General Liability coverage.

g. The District, its employees, officials and agents shall be

named as an Additional Insured on general liability and

auto and be provided a copy of the additional insured

endorsement. Such insurance shall be primary.

Certificates of Insurance shall be issued, prior to the

commencement of the contract, to Beaverton School

District, Attn: Purchasing Department, 16550 SW

Merlo Rd, Beaverton, OR 97006. The Contractor

agrees to pay for the insurance specified and agrees to

provide the District with a 30 days’ notice of

cancellation if non- renewal occurs during the contract

period. Insurance companies must have an A rating.

h. The District reserves the right to require additional

insurance coverage, limits, and terms which will be

delineated in an attachment to this agreement.

i. This insurance shall be considered as primary insurance

and exclusive of any insurance carried by Beaverton

School District, and the insurance evidenced by the

required certificates shall be exhausted first,

notwithstanding the fact that Beaverton School District

may have other valid and collectible insurance

covering the same risk.

20. INVOICING AND PAYMENT. Contractor shall issue

invoice(s) for each Work segment as mutually agreed upon or

progress payment(s) as acceptable to the District through the end

of the calendar month. Payment shall not be made prior to receipt of

a valid invoice. Credit and discount periods will be computed

from the date of receipt of the invoice to the date the District’s

check is mailed. Payment will be made within thirty (30) days after

the acceptance of a proper invoice less 5% retention. Final payment

including retention shall be made upon completion and acceptance

of the Work. The District will not pay any additional charges

unless specifically agreed to in writing by the District. The

invoice(s) shall be submitted to Beaverton School District,

Accounts Payable Department, 16550 SW Merlo Road, Beaverton,

OR 97003 with a copy to the District Representative. Each invoice

must include the project work authorization number, purchase order

number or contract number, an itemized list of the pricing elements

that match the Pricing Schedule and the quote provided for the

individual project (if applicable), the project name/number and the

District Representative’s name.

21. GOVERNING LAW/VENUE. The laws of the State of

Oregon shall govern this contract. Any action or suit commenced

in connection with this contract shall be in the Circuit Court of

Washington District or the Federal District Court for Oregon.

The prevailing party shall be entitled to reasonable attorney fees

and costs as awarded by the Court, including any appeal. All

rights and remedies of District and Contractor shall be

cumulative and may be exercised successively or concurrently.

22. MANUFACTURES WARRANTIES. Manufactures

warranties received by the Contractor which are applicable to

any material equipment, parts, property and services furnished

by the Contractor under this Contract shall survive acceptance

and payment, and shall run to the District, its successors and

assigns, and shall not be deemed to be exclusive.

23. NO WAIVER OF CONDITIONS. Failure of the District to

insist on strict performance shall not constitute a waiver of any of

the provisions of this Contract or waiver of any other default of

the Contractor.

24. OTHER CONTRACTS. The District may undertake or

award other contracts for additional work, and the Contractor

shall fully cooperate with such other Contractors and District's

employees and carefully fit its own work to such additional work

as may be contracted for by the District. The Contractor shall

not commit or permit any act which will interfere with the

performance of work by any other Contractor or by District

employees.

25. PERFORMANCE STANDARD. The Work under this

Contract shall be performed in a manner consistent with a high

standard of construction practices for projects of a similar

nature. Contractor covenants and warrants that it shall be

Master Trade Services Contract – Exhibit A - Page 4

Exhibit A – Terms and Conditions

Master TSC 1/3/2017

responsible for performing and completing, and for causing any

Subcontractors to perform and complete the Work in accordance

with all Laws applicable to the Site and/or the Work. The

Contractor shall, at all times during the term of this Contract, be

qualified, professionally competent, and duly licensed to perform

the Work.

26. PERMITS AND RESPONSIBILITIES. Without

additional expense to the District, the Contractor shall be

responsible for maintaining any necessary licenses and permits.

27. PERFORMANCE AND PAYMENT BOND. If the

value of this Contract exceeds $50,000 the Contractor shall,

prior to starting Work, provide Performance and Payment Bonds

equal to the Contract price.

28. PUBLIC WORKS BOND. If the value of a Project Work

Authorization (PWA) exceeds $50,000 Pursuant to 279C.836;

Contractor shall file with the CCB a public works bond with a

corporate surety authorized to do business in Oregon in the

amount of $30,000.

29. PREVAILING WAGES. If the value of a PWA exceeds

$50,000, pursuant to ORS 279C.840, the hourly rate of wage of any

contractor or subcontractor or other person doing or contracting to

do any part of the Work pays to workers employed in the

performance of any part of the PWA shall not be less than the

"prevailing rate of wage" for an hour's work in the same trade or

occupation in the locality where such labor is performed, in

accordance with ORS 279C.838. The applicable 'prevailing rate of

wage' as published by the Oregon Bureau of Labor and Industries

will be the Prevailing Wage Rates for Public Works Contracts in

Oregon effective at the time the work for the PWA is solicited.

They may be found at the following website:

http://www.oregon.gov/boli/WHD/PWR/Pages/pwr_state.aspx , and

are incorporated herein by this reference.

30. PRICING. All pricing is considered fixed and firm for the

Contract term. The Contractor warrants that the price of the

Goods and Services covered by this Contract are not in excess of

the Contractor's lowest prices in effect on the date of this Contract

for comparable quantities of similar Goods and Services.

31. PROTECTION OF PERSONS AND PROPERTY. The

Contractor shall be responsible for all aspects of safety and safety

precautions and programs in connection with the Work. The

District shall have no responsibility for the loss, theft, mysterious

disappearance of or damage to equipment, tools, materials,

supplies, and other personal property of the Contractor or its

employees, subcontractors or agents stored on District premises.

32. PUBLIC CONTRACTS. This contract includes the following

terms and conditions as prescribed by Oregon Revised Statutes as

applicable: a. 279B.020 Conditions concerning maximum hours of labor

on public contracts.

b. 279B.220 Conditions concerning payment, contributions,

liens, withholding.

c. 279B.225 Condition concerning salvaging, recycling,

composting or mulching yard waste material.

d. 279B.230 Condition concerning payment for medical care and providing workers' compensation.

e. 279B.235 Condition concerning hours of labor.

33. SECURITY CHECK: The Contractor agrees that each of its

employees, subcontractors' employees and principals / owners

involved in the Work may, at the option of the District, be subject to

a security check, at any time, through the Beaverton Police

Department or other venue. The District retains the option to

require the immediate removal of any subcontractor, employee or

agent. Notwithstanding the foregoing, Contractor, and not the

District, remains solely responsible for performing background

checks on, and screening for public safety all employees, and, to the

extent allowed by law, shall provide such screening methodologies

and information to District upon request.

34. CROWD CONTROL/SAFETY. It is the responsibility of

the Contractor to ensure that neither District employees, students,

nor the public are exposed to possible hazardous conditions during

Work. The Contractor shall ensure that all containment equipment

and exposure safeguards are installed and functioning properly at

all times. Contractor shall provide, erect, and maintain all planking,

shoring, barricades, and warning signs (bi- lingual). The

Contractor shall adhere to all OSHA safety rules while the work is

in progress.

35. SEVERABILITY. If any provision of this Contract is

declared by a court of competent jurisdiction to be illegal or in

conflict with any law, the validity of the remaining terms and

provisions shall be construed and enforced as if the Contract did not

contain the particular provision held to be invalid.

36. SUPERINTENDENCE. During the progress of the

Work, a competent superintendent shall be present on site at all

times and represent the Contractor.

37. TAXES. The District is tax exempt from Federal, State and

Local taxes.

38. TERMINATION.

a. Terminate For Convenience. This Contract may be

terminated at any time by mutual written consent of the

parties. The District may, at its sole discretion,

terminate this Contract, in whole or in part, upon 30 days’

notice to the Contractor.

b. The District's Right to Terminate For Cause. The

District may terminate this Contract, in whole or in

part, immediately upon notice to Contractor, or at

such later date as the District may establish in such

notice, upon the occurrence of any of the following

events:

i. Pricing increases pursuant to Price Escalation/De-

Escalation clause above. ii. The District fails to receive funding, or

appropriations, limitations or other

expenditure authority at levels sufficient to

pay for Contractor's Work;

iii. Federal or state laws, regulations or guidelines are

modified or interpreted in such a way that either

the Work under this Contract is prohibited or the

District is prohibited from paying for such Work

from the planned funding source;

iv. Contractor no longer holds any license or certificate

that is required to perform the Work; or

v. Contractor commits any material breach or

default of any covenant, warranty, obligation or

agreement under this Contract, fails to perform

the Work under this Contract within the time

specified herein or any extension thereof, or so

fails to pursue the Work as to endanger

Contractor's performance under this Contract in

accordance with its terms, and such breach,

Master Trade Services Contract – Exhibit A - Page 5

Exhibit A – Terms and Conditions

Master TSC 1/3/2017

default or failure is not cured within 10 business

days after delivery of the District's notice, or such

longer period as the District may specify in such

notice.

c. Contractor's Right to Terminate for Cause. Contractor

may terminate this Contract upon 30 days' notice to the

District if the District fails to pay Contractor pursuant

to the terms of this Contract and the District fails to

cure within 30 business days after receipt of

Contractor's notice.

d. Enforcement. Termination under any provision of this

Contract shall not extinguish or prejudice the District's

right to enforce this Contract with respect to any breach

of a Contractor warranty or any defect in or default of

Contractor's performance that has not been cured,

including any right of the District to indemnification by

Contractor. If this Contract is so terminated, Contractor

shall be paid in accordance with the terms of the contract

for services rendered and accepted.

e. Remedies. In the event of termination pursuant to

above, Contractor's sole remedy shall be a claim for

the sum designated for accomplishing the Work

multiplied by the percentage of Work completed and

accepted by the District, less previous amounts paid.

If previous amounts paid to Contractor exceed the

amount due to Contractor under this subsection,

Contractor shall pay any excess to the District upon

demand.

f. Contractor's Tender upon Termination. Upon receiving

a notice of termination of this Contract, Contractor shall

immediately cease all activities under this Contract,

unless the District expressly directs otherwise in such

notice of termination. Upon termination of this

Contract, Contractor shall deliver to the District all

documents, information, works-in-progress and other

property that are or would be deliverables had the

Contract been completed. Upon the District's request,

Contractor shall surrender to anyone the District

designates, all documents, research or objects or other

tangible things needed to complete the Work.

g. Limitation of Liabilities. Neither party shall be liable for (i)

any indirect, incidental, consequential or special damages

under the contract or

(ii) any damages of any sort arising solely from the

termination of this contract in accordance with its terms.

39. TIME IS OF THE ESSENCE. The Contractor shall achieve

Completion of the Work within the time provided on the first page of

the Agreement. Completion shall mean the Work shall be fully

complete, including all punch lists items, and all documentation,

drawings and warranties required under the Contract Documents

shall have been delivered to District, and all required inspections,

permits and approvals for use and occupancy of the Work shall have

been procured and delivered. The Contractor shall at all times carry

on the Work diligently, without delay and punctually fulfill all

requirements of the Work.

40. TRANSPORTATION. The Contractor is responsible for

transportation of its employees, tools, equipment, construction

materials, etc., to and from the Work site.

41. USE OF DISTRICT FACILITIES. Contractor

shall have the right to use only those District facilities and

utilities that are necessary to perform the Work.

a. The Contractor shall provide, at his its own expense

and by licensed personnel, all tie-ins and extensions to

electrical, water, and waste connections, etc. All

connections must be approved in advance by the

District and all work relative to the utilities must be in

accordance with the applicable building codes.

b. All water connections shall include reduced pressure

backflow protection or double check and double gate

valves. All water must be shut off at the end of each

shift.

c. Contractor must ensure that all applicable electrical usage is

in compliance with all UL and NFPA guidelines.

42. USE OF PREMISES.

a. Contractor shall not interfere with any daily on-going building operations in areas that are scheduled for Work.

b. All deliveries, storage of equipment or materials shall be

coordinated with the Contract Manager.

c. Contractor shall confine its apparatus, the storage of

materials and operation of his staff to limits established by

law, ordinances, permits or directions of the District.

d. The work site shall be kept in an orderly and safe

fashion so as not to interfere with the progress of

the work or the work of any other Contractor or

District staff.

43. WAIVER. The failure of either party to enforce any

provision of this contract shall not constitute a waiver by that

party of that or any other provision of this contract.

44. WARRANTY.

a. The Contractor warrants to the District that materials and

equipment furnished under the Contract will be of good

quality and new unless otherwise required or permitted

by the Contract Documents, that the Work will be

performed in a skillful and workmanlike manner, that the

Work will be free from defects not inherent in the quality

required or permitted, and that the Work will conform

with the requirements of the Contract Documents. Work

not conforming to these requirements, including

substitutions not properly approved and authorized, may

be considered defective. The Contractor's warranty

excludes remedy for damage or defect caused by abuse,

modifications not executed by the Contractor, improper

or insufficient maintenance, improper operation or normal

wear and tear or normal usage.

b. If, within one year after the date of Final Completion of

all the Work or by terms of an applicable special warranty

required by the Contract Documents, any of the Work is

found to be not in accordance with the requirements of the

Contract Documents, the Contractor shall correct it

according to the requirements of this subparagraph with

no additional cost promptly after receipt of written notice

from the District to do so. If the Contractor does not

promptly initiate work to correct the Work designated in

the notice, the District may proceed to correct the Work,

the District may dispose of materials and equipment as it

sees fit, and the Contractor will be liable for all costs.

This obligation shall survive acceptance of the Work

under the Contract and termination of the Contract, is in

addition to other warranties provided by contract or law,

and does not establish a time limit for damages.

c. All implied warranties recognized by the

Uniform Commercial Code apply to this

Contract and the Contractor shall not issue any

disclaimer to the UCC.

Master Trade Services Contract – Exhibit A - Page 6

Exhibit A – Terms and Conditions

Master TSC 1/3/2017

45. WORKSITE CONDUCT. All laborers and workers, while

working in and around the Work/Project, shall act in a

professional manner. The Contractor shall enforce proper

discipline and decorum among all laborers and workers on the

Site and shall control, among other things: 1) noise, including

music; 2) the use of offensive language; 3) smoking or drinking of

alcoholic beverages, or use of illegal substances on the Site; 4)

physical violence; 5) riding in the passenger elevators; 6)

thievery; and 7) the transportation of articles or materials deemed

hazardous.

46. BUSINESS EQUITY. The Contractor understands that the

District maintains a goal of engaging minority, women, emerging,

service-disabled veteran and socially or economically disadvantaged

businesses (MWSDVE) as service providers in delivering services

necessary to implement our bond program. The District aspires to a

goal of ten (10) percent MWSDVE content, by contract value, in

completing our capital bond work, and the Contractor shall expend

reasonable efforts to reach this content in the total value of their

contracts with the District.

END

Beaverton School District

SECTION VI - ATTACHMENTS

ATTACHMENT I

Fire Sprinklers, Hydrants, and Kitchen Hoods Device Information September 2016

Site Name Address City ST Zip we

t

dry

an

ti f

ree

ze

Hyd

ran

ts

Ho

od

s w

/

Ex

t

Ho

od

s w

/

Wa

ter

Elementary Schools

Aloha Huber 5000 SW 173rd Ave Beaverton OR 97007 2 1 2 1

Barnes 13730 SW Walker Rd Beaverton OR 97005 2 1 1

Beaver Acres 2125 SW 170th Ave Beaverton OR 97006 2 1 1 2

Bethany 3305 NW 174th Ave Beaverton OR 97229 1

Bonny Slope 11755 NW McDaniel Rd Portland OR 97229 1 1 2 1

Cedar Mill 10265 NW Cornell Rd Portland OR 97229 1

Chehalem 15555 SW Davis Rd, Beaverton OR 97007 2

Cooper Mountain 7670 SW 170th Ave Beaverton OR 97007 1 1 1

Elmonica 16950 SW Lisa Ct Beaverton OR 97008 1 1

Errol Hassell 18100 SW Bany Rd Beaverton OR 97008 2 1

Findley 4155 NW Saltzman Rd Beaverton OR 97006 2

Fir Grove 6300 SW Wilson Ave Beaverton OR 97008 2

Greenway 9150 SW Downing Dr. Beaverton OR 97008 1

Hazeldale 20080 SW Farmington Rd Beaverton OR 97007 4

Hiteon 13800 SW Brockman Rd Beaverton OR 97008 2 1

Jacob Wismer 5477 NW Skycrest Pkwy Portland OR 97229 2 1 4 1

Kinnaman 4205 SW 193rd Ave, Beaverton OR 97007 1 1 1 1

McKay 7485 SW Scholls Ferry Rd Beaverton OR 97008 3 1

McKinley 1500 NW 185th Avenue Beaverton OR 97006 2 1 1

Montclair 7250 SW Vermont St Portland OR 97223 1 2

Nancy Ryles 10250 SW Cormorant Dr Beaverton OR 97007 1 1 1

Oak Hills 2625 NW 153rd Ave. Beaverton OR 97006 1 1

Raliegh Hills 5225 SW Scholls Ferry Rd Portland OR 97225 2

1

Beaverton School District

SECTION VI - ATTACHMENTS

ATTACHMENT I

Fire Sprinklers, Hydrants, and Kitchen Hoods Device Information September 2016

Site Name Address City ST Zip we

t

dry

an

ti f

ree

ze

Hyd

ran

ts

Ho

od

s w

/

Ex

t

Ho

od

s w

/

Wa

ter

Ridgewood 10100 SW Inglewood St. Beaverton OR 97225 1 1 1 4

Rock Creek 4125 NW 185th Ave Beaverton OR 97229 1 1

Scholls Heights 16400 SW Loon Dr. Beaverton OR 97007 2

Sexton Mountain 15645 SW Sexton Mtn Dr Beaverton OR 97007 2 1

Springville 6655 NW Joss Avenue Portland OR 97229 6 4 1

Terra Linda 1998 Nw 143rd Ave Beaverton OR 97006 1

West Tualatin View 8800 SW Leahy Rd Portland OR 97225 1 1 1 1

William Walker 11940 SW Lynnfield Lane Beaverton OR 97225 8 1

Middle Schools

Cedar Park 11100 SW Park Way Beaverton OR 97225 2 4 1

Conestoga 12250 SW Conestoga Dr Beaverton OR 97008 6 1 1

Five Oaks 600 NW 173rd Ave Beaverton OR 97006 3 4

Highland Park 7000 SW Wilson Ave. Beaverton OR 97008 2 1

Meadow Park 14100 SW Downing St. Beaverton OR 97006 2 1

Mountain View 17500 Sw Farmington Rd Beaverton OR 97007 4 2 1

Stoller 14141 NW Laidlaw Rd. Portland OR 97229 4 5 1

Whitford 7935 SW Scholls Ferry Rd Beaverton OR 97008 2 1

High School

Aloha High School 18550 SW Kinnaman Rd Beaverton OR 97007 6 4 1

Beaverton High School 13000 SW 2nd St Beaverton OR 97005 4 2

Southridge 9625 SW 125th Ave Beaverton OR 97008 8 2

Sunset High School 13840 NW Cornell Rd Portland OR 97229 6 3 8 1

Westview High School 4200 NW 185th Ave. Portland OR 97229 4 4 1

2

Beaverton School District

SECTION VI - ATTACHMENTS

ATTACHMENT I

Fire Sprinklers, Hydrants, and Kitchen Hoods Device Information September 2016

Site Name Address City ST Zip we

t

dry

an

ti f

ree

ze

Hyd

ran

ts

Ho

od

s w

/ E

xt

Ho

od

s w

/

Wa

ter

Option School

Arts and Communications 11375 SW Center St Beaverton OR 97005 2

Capital Center 18640 NW Walker Rd Beaverton OR 97006 5 1 2 5 1

ISB 17770 SW Blanton St Beaverton OR 97007 3 2 3 1

Merlo Station 1841 Sw Merlo Dr Beaverton OR 97006 1 1

Support Buildings

Administration 16550 SW Merlo Rd Beaverton OR 97003 1

Transportation Support Center 1270 NW 167th Pl Beaverton OR 97006 1 2

north 5th Street Station 10551 SW 5th St Beaverton OR 97005

South 5th Street Station 10550 SW 5th St Beaverton OR 97005 1

Totals 127 16 5 70 28 2

3